HomeMy WebLinkAboutContract 40611Mike Moncrief
Mayor
Dale Fisseler, P.E.
City Manager
FORT WORTH
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
SANITARY SEWER LINE TO SERVE THE
WESTSIDE WATER TREATMENT PLANT
CAPITAL PROJECT NO. 00456
IN
THE CITY OF FORT WORTH, TEXAS
2010
Prepared by:
AECOM USA GROUP, INC.
TBPE REG. NO. F-3082
1200 Summit Ave., Su ite 600
Fo rt Worth , Texas 76102
S. Frank Crumb , P.E.
Director , Water Department
William A. Verkest , P.E.
Direc tor , Transportati on and
Public Works Department
OFFICIAL ·~ECORD
CITY SECRf T&RV
FT. WORTH 1 TX 9
1 RECEIVED JUL 2 S 1019
I
M&CRev ie w , Page 1 of 2
Official site of the City of Fort Worth , Texas
CITY COUNCIL AGENDA FORT WORTH
-. ~
COUNCIL ACTION: Approved on 7/20/2010
DATE: 7/20/2010
C
REFERENCE
NO.: **C-24352
CONSENT
LOG NAME: 60WESTSIDE WTP SS
LINE PROJECT
CODE: TYPE: PUBLIC
HEARING: NO
SUBJECT: Authorize a Contract in the Amount of $414 ,203 .00 with William J . Schultz , Inc., d\b\a
Circle "C" Construction Company to Construct the Westside Water Treatment Plant
Sanitary Sewer Line Project , Located at 12200 Old Weatherford Road
(EXTRATERRITORIAL JURISDICTION ADJACENT TO COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a construct ion
contract in the amount of $414 ,203 .00 with William J . Schultz Inc ., d\b\a Circle "C" Construction
Company to construct the Westside Water Treatment Plant Sanitary Sewer Line Project, connecting
the Westside Water Treatment Plant to the existing sewer collection system .
DISCUSSION:
On January 8, 2008, (M&C C-22610) City Council authorized the execution of an engineering
agreement w ith TCB , Inc ., for the design of the water and sewer main connections for the Wests ide
Water Treatment Plant. As part of the work , TCB Inc., prepared p lans and specifications for t he
Westside Water Treatment Plant sanitary sewer line , which will connect the Westside Water
Treatment Plant to the existing sanitary sewer collection system by the installat ion of an 18 inch
pipeline .
On June 23 , 2009 , (M&C C-23623) City Council authorized the C ity Manager to execute a
const ruction contract with McCarthy Building Companies , Inc., to construct the Westside Water
Treatment Plant.
The bid for the Westside Water Treatment Plant Sewer Line Project was advertised in the Fort Worth
Star Telegram on April 8 and April 15 , 2010 . On May 6 , 2010 , a total of seven bids were received ,
including the follow ing four lowest bids :
COMPANY
William J. Schultz Inc., d/b/a Circle "C" Construction Company
Wright Construction Company , Inc .
Lewis Contractors , Inc .
Conatser Construction TX , L.P.
BID AMOUNT
$414,203.00
$439 ,807 .00
$481 ,630 .75
$484 ,985 .00
In addition to the contract amount , $24 ,000 .00 is required for project cont ingencies and $15 ,000 .00 is
required for inspection cost.
William J . Schultz Inc., d/b/a Circle "C" Construction Company is in compliance with the City 's
M/WBE Ordinance by committing to 18 percent M/WBE participation . The City's goal on this project is
18 percent.
The project is located in the City's Ext raterritorial Jurisdiction in unincorporated Ta rrant County ,
between Old Weatherford Road and Interstate Highway 30 , Mapsco 71 , adjacent to COUNCIL
DISTRICT 7 .
· http://app s.cfwnet.org/counci l_packet/m c _review.asp ?I D=l 3616 &counc ild ate=7/20/2 010 7/2 1/2010
.. M&C Review Page 2 of2
FISCAL INFORMATION/CERTIFICATION:
Th~ Fin~m~ial Management Services Director certifies that func;is ,are available in the current capital
budget, as appropriated , of the Sewer Capital Projects Fu r-id .
TO Fund/Account/Centers FROM Fund/Account/Centers
P275 541200 707140045683 $414,203.00
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
Fernando Costa (6122)
S. Frank Crumb (8207)
Chris Harder (8293)
60WESTS1DE WTP SS LINE PROJECT EXHIBIT.gdf
http://apps.cfwnet.org/council _packet/mc _review.asp?ID= 13616&councildate=7/20 /2010 7/21 /2010
TO: The Purchasing Department
City of Fort Worth, Texas
PROPOSAL
Fort Worth , Texas
4/7/2010
FOR: SANITARY SEWER LINE TO SERVE WESTSIDE WATER TREATMENT PLANT
WATER PROJECT NO: P264-531200 601540045631
CITY SECRETARY NO: 36550
City Project No.:
Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications
and the site , understands the amount of work to be done, and hereby proposes to do all the work and
furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the
plans and specifications, and subject to the inspection and approval of the Director, Water Department
of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance
with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of
this Proposal by the City Council and required by this project, the bidder is bound to execute a contract
and furnish Performance, Maintenance Bond for the water replacement contract only , and Payment
Bond approved by the City of Fort Worth for performing and completing said work within the time
stated for the following sums, to wit:
Total quantities given in the bid proposal may not reflect actual quantities , by represent the best
accuracy based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract.
City of Fort Worth
Project: Sanitary Sewer to Serve the Westside Water Treatment Plant
Date TBD
City Secretary Contract No. 36550
Trade
Your Vendor Number:
Your Company Name:
UNIT I• SECTION.A SANITARY SEWER %\,.; ,,.~ At~,
Pay Item Bid Item Specification Approx , Unit Quantity
1 BID-00094 DA-39 35 CY
2 BID-00126 Existing 85 LF
Condition
3 BID-00 127 Existing 85 LF
Condition
'• ...
4 BID-00196 D-2 6 15 EA
5 BID-00201 D-37 3,988 LF
6 BID-00211 DA-9 231 VF
7 BID-00213 D-2 6 14 EA
8 BID-002 14 D-26 126 VF
9 BID-00215 D-26 1 EA
10 BID-00216 D-26 15 VF
11 BID-00217 D-35 15 EA
12 BID-002 18 D-26 15 EA
13 BID -00259 SPEC 02614 96 LF
14 BID-00282 SPEC 02614 3,638 LF
15 BID-00372 D-25 3.734 LF
16 BID-00100 D-67 1 LS
17 BID -01 169 DA-6, DA-7 254 LF
E1 -6
D-51.3
,l\'$f.{lc ,, '"'WJ<i'.~-': ,,;;,we,;,_, ,s,i,,ww .~1 • ---"-·"*~•!"''" ,>)ks)@:
Description of Item with Bid Price Written in Words
Riprap -< Than 18 Inch Rock -Install
~·;d @ tJnt lu~_(l_ HN IY t.w.-n II,. DOLLARS
an d ncJ CENTS
PER CUBIC YARD
Fence-lnz ll
@ /} ;&,.,, DOLLARS
and -A CENTS
PER LINEAR FOOT
Fence -Remove /;·~/ @ DOLLARS
and -... CENTS
PER LINEAR FOOT
Collar-Mifle -ln j all
@ j.,f. tu1t./.rJ1e/ DOLLARS
and -J/1 CENTS
PER EACH
lnspectio11st Construction Cleaning & TV -Study
@ ,.,.( DOLLARS
and no CENTS
PER LINEAR FOOT
Manhole-Paint & Coa ,-lnterior Protective Coating -Install
@ on1 h.Et.a ,..,qi' .t_,'~t!._.,. DOLLARS
and ,,,,,. CENTS
PER VERTICAL FOOT
Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install
@ -fwa f~a.tJ..t.(U!.d ,bo°ii.i. li.uo.d'...,,/ DOLLARS
and
., n~ CENTS
PER EACH
Manhole-Std A Ft Dl~Added Depth (over 6 Ft Depth) -Install
@ onL .,~n .,,,e/ DOLLARS
and ,,,~ CENTS
PER VERTICAL FOOT
Man71-s1d 5 Ft Diam-(to 6 Ft D)!h) -Install
@ J "~ t_J_(I_ (LJ:.(Vl.d d h.u.t2.u'F_,, / DOLLARS
and -'?A CENTS
PER EACH
Manh~tStd 5}; Diam-Added Depth (over 6 Ft Depth) -Install
@ ,., a II Lf,r-" ~ DOLLARS
an d A II CENTS
PER VERTICAL FOOT
Manhole-Vacuum ::z1 -Servt7's/"I.
@ 011.l ,a.a ., ~ti !/-DOLLARS
and ,n,,. CENTS -PER EACH
Manho1 -Watertight Insert -Install
@ t <-L..u hu o.ci, nl /;'• /fy DOLLARS
and ,..,, CENTS
PER EACH
Pipe-Sew~12;nch-S D~35 (All Depths) -Install
@ O/ ¥-I', ,a DOLLARS
and ,,,,, CENTS
PER LINEAR FOOT
Pipe-Sewer-18 lnch-SDR35 (All Depths)-Install
@ /',· £/r-DOLLARS
and n II CENTS
PER LINEAR FOOT
Trench Safety System 5 Foot Depth -Install
@ /)~, DOLLARS
an d no CENTS
PER LINEAR FOOT
Storm 61er Pollution Prevention Plan > Than 1 Ac SWPPP -Insta ll
@ (,a t.h.a &[.,i,Qn C. DOLLARS
and nn CENTS
PER LUMP SUM
Pipe'/J.ewer-}_8 Inc~ Casing Pipe;~ther Than Open Cut -Install
@ ,.,_., •--.,. ,/ <~~11> ·u J"',, ., .I! DOLLARS
and ,,, /) ' CENTS
PER LINEAR FOOT
T OTAL B ID · SA NITARY S EWER
Project Manager:
Christopher Harder, PE
1:(0-' tb;'k}',¥ "5'.1%:~;s,J':;!i:\•;\~ .;~fff'k :~*ii\ ~,$0'.'W~
Unit Price Total Amount
/Z.5°0 '/37S 0 a
$ $
$ 1.5-DO $ IZ?S 00
$ .5-C, 0 $ '(,?S oo
$.j'OO IJO $ '/St50 oo
,3 oO uJj .:>
$ $~ 0 (J
/ I 9t '/
$ /&,t; oO $ 3t,9&o 00
t:JO
$ ,39200 ° 0 $2800
$/00 00
$ /2~00 e:,O
oo oO
$,3200 $3200
$200 "0
$ ,3000°0
() 0
$ l2S-a 00
$ ISO
$ 3,SD
I)()
$,5°"£SO Ot)
$ 1./s oC> $ '-/320 OD
$ 50 oO $ I! I 900 0 (J
$ I oo $ 373'/ 06
$ L/oo/0 $ '/ooo O 0
$37S 00 $ 952.5'0 °0
tf/JtfillJg ~,
Within ten (10) days after notification by the City of Fort Worth, the undersigned »7ill exe,cute the
formal contract and will deliver an approved Surety Bond and such other bonds as required by the
Contract Documents, for the faithful performance of the Contract. The attached bid security in the
amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and
bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for
the delay and additional work caused thereby.
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant plans.
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No. 7400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within 150 calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of _______ _
a. Nonresident bidders in the State of , our principal place of
business, are required to be __ percent lower than resident bidders by state law. A
copy of the statute is attached.
b. Nonresident bidders in the State of , our principal place of
business, are not required to underbid resident bidders.
B. The principal place ofbu§iness of our company or our parent company or majority owner is
in the State of Texas. V
Receipt is acknowledged of the following addenda: Respectfully submitted,
Addendum No . 1: ~ ..f -=-,<;~--------
Addendum No. 2: ----------
Addendum No. 3 :
By: /ddtJm7~J~
Title: /lrt.s1c4n) ----------
Addend um No. 4: ----------W1/ltom :T Jt.Ap/h .Pc, t/6.:t.
Addend urn No. 5: ----------Company: C,wlt C C"Afhucr'i;,,,
Addendum No. 6: ----------
Address: Po !lox t./03!8
[ Affix Corporate Seal]
HJ/ I LkNI} ~ 7/( ? h / '/tJ
I
Date : flloy ~-t! 0/0
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders . This law provides that , in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Nonresident vendors in (give State), our principal place of
business, are required to be percent lower than resident bidders
by State law. A copy of the Statute is attached.
Nonresident vendors in (give State), our principal
place of business, are not required to underbid resident bidders.
B .. Our principal place of business or corporate offices are in the State of Texas. D
BIDDER:
c,./~;, C ConJ /-,,.uJ7d n
Company
Address
!i/f tJ,,~,/J,. IX 7 ti I yo
City/State/Zip 1
By : lbl/.tam 7 S diu/lz
(Please print)
Signature: Jdt,,-, .v" .S~
I
Title: fo IS I dt?/1 f --------------(PI ease print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting
Company Name Working Work
Address
Telephone/Fax
/./o/1~
?(
'i
PROPOSAL
~ TO: ·. The Purchasing Department
:, (:ity of Fort Worth, Texas
Fort Worth, Texas
4/7/2010
SANITARY SEWER LINE TO SERVE WESTSIDE WATER TREATMENT PLANT
WATER PROJECT NO : P264-531200 601540045631
CITY SECRETARY NO: 36550
City Project No.:
\.t
'.j .
il J>ursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans, specifications
'.fand the site, understands the amount of work to be done, and hereby proposes to do all the work and
~sh all labor, equipment, and materials necessary to fully complete all the work as provided in the
l1'~~s an~ specifications, and subj~ct to the ~nspe~tion and approval of the Directo~, Wa:er Department
;i ofthe City of Fort Worth. Ifreqmred by this proJect, Contractor must be pre-qualified m accordance
f 'With the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of
'tthis Proposal by the City Council and required by this project, the bidder is bound to execute a contract ,~.
f$id furnish Performance, Maintenance Bond for the water replacement contract only, and Payment
:fBond approved by the City of Fort Worth for performing and completing said work within the time .t·:. . . ;$tated for the followmg sums, to wit:
\: .
l otal quantities given in th'e bid proposal may not reflect actual quantities , by represent the best
\ccuracy based on a reasonable effort of investigation; however, they are given for the purpose of
Jiddirig on and awarding the contract. r .•:-· t i:' ,.
;,
t ;
}i
~:··
;.
•':, , ..
tt:fortWorth
· ~i: · sanitary $ewer to Serve the Westside Water Treatment Plant Project Manager.
Chlistopher Harder, f
· · ~wr~k1'mYl§
Bid Item Sp eciftcation Approx.
Quantity
Bl D-()()()94 DA-39 35
Existing 85
Condition
· BID-00127 Existing 85
Condition
'-
: BJD-00196 0-26 15
BID-00201 D-37 3,988
BID-00211 DA-9 231
810-00213 D-26 14
8 BID-00214 D-26 126
9 . BID-00215 D-26
10 .' BID-00216 D-26 15
11 BID-00217 D-35 15
12 BID-00218 D-26 15
13 , ,810-00259 SPEC 02614 96
14 ·. BID-00282 SPEC 02614 3,638 : ;.
5 BJD.00372 D-25 3,734
16 , BID-00100 0 -67
·a10..011s9 OA-6, DA-7 254
El-6
D-51.3
·, ·. ,. -~ >~~.,~-~
Unit
CY
LF
LF
EA
LF
VF
Description of Item with Bid Price Written In Words
DOLLARS
CENTS
Riprap • < Than 18 Inch Rock -Install
@ M,1 bun KN r/ bN n ly /;',1 ~
aoo u
PER CUBIC YARD
Fence -Inst<)~
@ /;//.TNJ DOLLARS
aoo ____ ~~------------CENTS
PER LINEAR FOOT
DOLLARS
Fence -Remove /'
@ -----~t°z-"~·"'~'----------aoo ______ LL.Jc:.<.-_________ _ CENTS
PER LINEAR FOOT
Collar-Map~~le -Install
@ ck.,, "ua ti,,-., e:/ DOLLARS
CENTS ---
lnspection?9st Construction Cleaning & 1V -Study
@ -t:.h..,.,~ "
and ll
PER LINEAR FOOT
DOLLARS
CENTS
Manhole-Paint & Coating-lnterjor Prptective Coating -lnslall
@ 0/1~ hun ~,'r/ ,I',-" ,1.., DOLLARS
aoo I CENTS
PER VERT ICAL FOOT
EA Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install
@ futn &ano.,ol,tt_?;y iuuut'nr/
eoo n e>
PER EACH
DOLLARS
CENTS
VF Manhole.Std 4 Ft Diam;Added Depth (over 6 Ft Depth) -Install
@ 00(. 11.uol'Yr,'~ DOLLARS
and CENTS
PER VERTICAL FOOT
EA Man!J;..Std 5 Ft Diam-(to 6 Ft Depth) -Install
@ t/YU IJtJ «.s:onol &a kuntt'.,,..,, / DOLLARS
and CENTS
PER EACH
VF Manhol ..Std 5 t Diam-Added Depth (over 6 Ft Depth) -Install
@ '/ / o/ DOLLARS
and A ii CENTS
PER VERTICAL FOOT
DO LLARS
EA Manhole-Vacuum Te~t -Serv~.s/11,
@ 09thacd.t,rti.~y and _____ _L.4). ___ _;_ _______ ,CENTS
PER EACH
EA Manhqll}·Watertlght Insert -Install
@ huu b11orlutl f:·0
and ___ ~-..£J""'-------------CENTS
DOLLARS
PER EACH
LF
Unit Price Total Amount
$ /2'5°0 $ '/37.S O 0
$ l.5~ co $ IZ?S ao
$ 5-~ 0 $ 1./.?S o o
s.300 DO
$ '/StJO oa
oO
s,3t,9to 00
aO
$ 2800 $ .39200 ° 0
oa $/00
oo
$ .3200
s /Z~oo oO
oO
$ 3200
$ /.S""O ,,o $ 22.S-tJ O 0
s ..J'SD /JO s .S"ZSo oo
Pipe-Se~12}nch-SD~35 (All Depths) -Install
@ flt' tr /J r/f DOLLARS $ ~is ob $ t/.J2 0 0 6
LF
LF
LS
LF
aoo _____ --'"-""'------------CENTS
PER LINEAR FOOT
Pipe-Sewer-18 inch..SDR35 (All Depths) -Install
.@ l!'fty
and ____ --''-'--"'--------------CENTS
$ So oO DOLLARS
PER LINEAR FOOT
Trench Safety System 5 Foot Depth -Install
@ _ __...c.u..-_____________ DOLl.ARS $ I oo
and __ __,~~--------------CENTS
PER LINEAR FOOT
$ 373'1 ° ()
t/ooo t)
0
Storm ?ter Pollution Prevention Plan > Than 1 Ac SWPPP -Install
@ t/).(,(1' thou.son t! DOLLARS $
and n CENTS iooc,°0 s
PER LUMP SUM
$ 9S2SO oo Pipe?:ewer-? Inc~ Casing Pipe-Qther Than Open Cut -Install
@ ~UC t,((qt(L.1 ,/./ll'lli/r t";,1,U? DOLLARS
and CENTS
sJ?S' oO
PER LINEAR FOOT _ _ ____ _
TOTAL BID-SANITARY SEWER
('. ··.·,,
' ~-. . ~--·-~--
·,
:~ '.1Witbm ten (10) days after notification by the City of Fort Worth, the undersigned will execute the
'.h )£.:dtmal contract and will delive~ an approved Surety Bond and such other bonds a~ require~ bf the
:I1 :contr,act Documents, for the fruthful performance of the Contract. The attached bid secunty m the
f iiiiri:ourit of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and
-{ ;bctn4: qr. bonds are not executed and delivered within the time above set forth, as liquidated damages for
(1 'th~ dday and additional work caused thereby. ·:\ ..... .
;
{ if~s,trequirement of this project, the undersigned bidder certifies that they have been furnished at least
;'.: one 's~t of the General Contract Documents and General or Special Specifications for Projects, and that
) th;y have thoroughly read and completely understand all the requirem_ents and conditions of those
·. •. General Documents and the specific Contract Documents and appurtenant plans.
: Th~ undersigned assured that its employees and applicants for employment and those of any labor
-• .. organization, subcontractors, or employment agency in either furnishing or referring employee
_,' applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
; 0 . 7278 as amended by City Ordinance No. 7400.
: .. 'eBidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
.: complete the contract within 150 calendar days after beginning construction as set forth in the written
.• work order to be furnished by the Owner.
' .
· .. (Circle and complete A or B below, as applicable)
l
j
A.
, B.
The principal place of business of our company is in the State of _______ _
a.
b.
Nomesident bidders in the State of our principal place of
business, are required to be __ percent lower than resident bidders by state law_ A
copy of the statute is attached.
Nonresident bidders in the State of our principal place of
business ; are not required to underbid resident bidders.
The principal place of bu§,iness of our company or our parent company or majority owner is
in the State of Texas. v
Respectfully submitted, eceipt is acknowledged of the following addenda:
ddendum No. 1: ~f
· ddendum No. 2: ~7 '---~------
By: ~om
7
~J~
Title: /Jr1-.S1cl!n) ddendum No. 3: ----------d den d um No. 4: ----------d den d um No . 5: ----------d den d um No. 6: ----------
· ffix Corporate Seal]
tJr!lrom :T Sd" lh flc, ~ ~
Company: · C,wlt C C o,,u hu & 17;, n
Addres s : /JO /10X t/03 Z 9
foil !J)/11, U /hlt/t2 I
Date: /Jloy ~' 2tJ/0
·--······-·-······-····-· -... ·---··-···--···-···-·-····-. -····-······-·· ·-·----·· --··--···· .....
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 '1~
Texas resident bidder would be required too underbid a nonresident bidder in order ;f
to obtain a comparable contract in the State in which the nonresident's principal l~'.
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. Ai
The failure of out-of-state or nonresident contractors to do so will automatically ,J;. :: !~·
disqualify that bidder. Resident bidders must check the box in Section B. li ,.
A. Nonresident vendors in (give State), our principal place of
business, are required to be percent lower than resident bidders
by State law. A copy of the Statute is attached .
Nonresident vendors in (give State), our principal
place of business, are not required to underbid resident bidders.
B .. Our principal place of business or corporate offices are in the State of Texas. D
BIDDER:
C1/v~ C Cc;,nf /.,,.ut:/7d n
Company
Address
~/f !,.)"·//),, LX 7 JI yo
City/State/Zip '
By: lh lb am J Seit uJI-~
(P lease print)
Signature: Jdt,,..,, z"."S~
I
Title: ~ f S I di?,1 f --------------(PI ease print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
----·----. ·-·· --------··· -·· -···-· ··-· -· .... -· ·--·-···· -· ·--.... -·-·-·-· -·· ···-·-·· ···-····· ---· -···· ·--·--·· -···-----~ ···--· ---··--·--·-· ·-· -·
;.st
\
;,A
J~ ·,
~~ -:. ..
'~ /'
1
1
TABLE OF CONTENTS
1 -Project Information D 1.1 -Title Page MS-Word
D 1.2 -Location Maps pdf
2 -Front End Documents 2.1 -Table of Contents MS-Word
0 2.2 -Notice to Bidders MS-Word
0 2.3 -Comprehensive Notice MS-Word
to Bidders
0 2.4 -Special Instructions to pdf
Bidders (water-sewer)
D 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
0 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
3 -MWBE Documentation 0 3.1 -MWBE Special pdf
Instructions
0 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
0 3.3 -MWBE Prime Contractor pdf
Waiver
0 3.4 -MWBE Good Faith Effort pdf
0 3.5 -MWBE Joint Venture pdf
4 -Bid Package 0 4.1 -Bid Proposal Cover & pdf
Signature Sheets
0 4.2 -Bid Proposal(s) MS-Excel
D 4.3 -Green Cement Policy MS-Word
Compliance Statement
D 4.4 -Bid Schedule pdf
0 4 .5 -Vendor Compliance to pdf
State Law
D 4.6 -List of Fittings pdf
0 4. 7 -Pre-Qualified Contractor MS-Word
List
5 -General and Special Conditions 0 5.1 -Part C General pdf
Conditions (water -sewer)
0 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
0 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
0 5.4 -Part DA -Add itional MS-Word
Special Condition (water -
sewer)
0 5.5 -Part E Specifications pdf
D 5.6 -Special Provisions
(paving -drainage)
0 5. 7 -Wage Rates pdf
0 5.8 -Compliance with and pdf
Rev 2-2-10
TABLE OF CONTENTS
Enforcement of Prevailing
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer)
D 5.10 -Standard Details dwf
(paving-drainage)
6 -Contracts, Bonds and Insurance ~ 6.1 -Certificate of Insurance MS-Word
~ 6.2 -Contractor Compliance pdf
With Workers' Compensation
Law
~ 6.3 -Conflict of Interest pdf
Questionnaire
~ 6.4 -Performance Bond pdf
~ 6.5 -Payment Bond pdf
~ 6.6 -Maintenance Bond pdf
~ 6. 7 -City of Fort Worth pdf
Contract
7-Permits D 7.1 -TxDOT Permit(s) pdf
D 7.2 -Railroad Permit(s) pdf
~ 7.3 -Other Permit(s) pdf
8 -Easements ~ 8.1 -Easement pdf
9-Reports ~ 9.1 -Geo-tech Report(s) pdf
D 9.2-Cathodic Protection pdf
Study Report
D 9.3 -Other Project Specific pdf
Study Report(s)
10-Addenda D 10.1 Addendum MS-Word
Re v 2-2-10
SHORT FORM NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: PROPOSED SANITARY SEWER LINE TO SERVE THE
WESTSIDE WATER TREATMENT PLANT
Capital Project No. 00456
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1 :30 p.m., May 6, 2010, and then publicly opened and read aloud at2:00
p .m. in the Council Chambers. One set of plans and documents for this project may be purchased for a non-refundable
cost of One Hundred Dollars ($100.00) per set at the offices of AECOM USA GROUP, Inc ., 1200 Summit Ave , Suite
600, Fort Worth , TX 76102. These documents contain additional information for prospective bidders.
Plans and Specifications will be available for pick-up on Friday, April 9, 2010.
Documents may also be obtained free of charge at the City of Fort Worth online document management system
(Buzzsaw). Contact Fred Griffin for access to the site at Fred .Griffin@ fortw011hgov.org . However, any Contractor
wishing to bid the project must purchase a hard copy of the contract documents from AECOM, which will be turned in
with their bid.
The major work will consist of the following (All Approximate):
SEWER IMPROVEMENTS 3890 L.F.
250 L.F.
15 EA.
18" PVC Sewer Pipe
Other than Open Cut
Manholes
All bidders submitting bids are required to be pre-qualified in accordance with the requirements of the Special
Instructions to Bidders.
For additional information , please contact Christopher Harder, P .E., Project Manager, City of Fort Worth -Water
Department at Telephone Number: 817-392-8293 or by email: christopher.harder@ fortworthgov.org, and/or Matt
Abbe, P.E ., Project Manager, AECOM USA GROUP, Inc. at 817-698-9722 , or by email at
matthew .abbe@ aecom.com.
Advertising Dates:
April 8, 2010
April 15 , 2010
Pre-bid Meeting : April 20, 11 :00 AM -Westside Plant Construction Trailer
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: PROPOSED SANITARY SEWER LINE TO SERVE THE
WESTSIDE WATER TREATMENT PLANT
Capital Project No. 00456
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102 -63 11
will be received at the Purchasing Office until 1 :30 p.m., May 6, 2010, and then publicly opened and read aloud at 2:00
p.m. in the Council Chambers . One set of plans and documents for this project may be purchased for a non-refundable
cost of One Hundred Dollars ($100.00) per set at the offices of AECOM USA GROUP, Inc ., 1200 Summit Ave, Suite
600 , Fort Worth, TX 76102. These documents contain additional information for prospective bidders.
Plans and Specifications will be available for pick-up on Friday, April 9, 2010.
Documents may also be obtained free of charge at the City of Fort Worth online document management system
(Buzzsaw). Contact Fred Griffin for access to the site at Fred.Griffin@fortworthgov.org . However, any Contractor
wishing to bid the project must purchase a hard copy of the contract documents from AECOM, which will be turned in
with their bid.
General Contract Documents and Specifications for the Water Department Projects, dated January 1, 1978, with the latest
revisions , also comprise a part of the Special Contract Documents for this project and may be obtained by paying a non-
refundable fee of $50.00 for each set, at the Planning & Engineering Division Office of the Fort Worth Water
Department, 1000 Throckmorton Street, Fort Worth, Texas, 76102.
The major work will consist of the following (All Approximate):
SEWER IMPROVEMENTS 3890 L.F.
250 L.F.
15 EA.
18" PVC Sewer Pipe
Other than Open Cut
Manholes
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract
Docmpents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159a of"Vemon 's Annotated Civil Statutes" of the State of Texas
with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400 (Fort Worth City Code
Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment practices.
Bid security may be required in accordance with Special Instructions to Bidders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
COMPREHENSIVE NOTICE TO BIDDERS
No bid may be withdrawn until the ex piration of ninety (90) days from the date bid s are op ened . The award of contract, if
made, will be within ninety (90) days after the opening of bid s, but in no ca se will the award be made until all the
necessary investigations are mad e as to the re spon sibility of the bidder to whom it is propo sed to award the Contract.
Bidders are responsible for obtaining all addenda to the contract documents and acknowled g ing receipt of the addenda by
initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bid s that do not acknowled ge receipt of all
addenda may be rejected as being non-responsive. Information regarding the status of addenda may be obtained by
contacting M att Abbe, P .E. of A ECOM USA GROUP, Inc ., at 817-698-6722 .
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 compl ete specification book or face
rejection of the bid as non-responsive. It is recommended that the bidder make a copy of the forms included in the
Minority and Women Business Enterprise section for submittal within the time deadline stated below or the bidder may
request a copy of said forms from the City of Fort Worth Project Manager named in this solicitation .
In accordance 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 F ORM, PRIME CONTRACTOR W AIYER FORM, GOOD FAITH
EFFORT FORM (with "Documentation ") and/or the JOINT VENTURE FORM as appropriate. The Documentation
must be received no later than 5 :00 p.m., five (5) City of Fort Worth business days after the bid opening date . The bidder
shall obtain a receipt from the appropriate employee of the 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-
respons1ve .
SUBMISSION OF BID AND AW ARD OF CONTRACT
The proposal within this document is desi gned as a package . In order to be con sid ered 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 be st interest of the City of Fort Worth.
Bidders must be pre-qualified with City of Fort Worth to secure an award of a project. Not bein g pre-qualified can be
ground s for rejection of a bid.
For additional information, please contact Matthew Abbe, PE, Engineer, AECOM USA GROUP, Inc. at Telephone
Number: 817-698-6722 or by email: matthew.abbe @ aecom.com or Christoph e r Harder, PE, Project Manager, Water
Department at 817-392-8293.
DALE A. FISSELER, P .E .
CITY MANAGER
Advertising Dates:
April 8, 2010
Apri l 15 ,2010
By: ____________ _
Christopher Harder, P.E
Water Department,
Engineering Services
Pre-bid Meeting: April 20 , 11 :00 AM -Wests ide Plant Construction Trailer
MARTY HENDRIX
CITY SECRETARY
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 responsibility to submit the following documentation : a current financial
statement, an acceptable experience record , an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids.
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old . In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification .
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion , may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered .
g) The City will attempt to notify prospective bidders whose qualification s (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 authori zed to do business in the state of Texas .
In addition , the surety must (1) hold a certificate of authority from th e 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 rein surer 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 s ole discretion, will determine the adequacy of the proofrequired herein .
3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100 %) percent of the contract price will be required , Reference C 3-3 .7.
09/10/04
4 . WAGE RA TES:
Section C3-3 .13 of the General Conditions is deleted and replaced with the following :
(a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code,
including the payment ofnot less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code.
Such prevailing wage rates are included in these contract documents .
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to
each worker. These records shall be open at allreasonable hours for inspection by the City. The
p ~ovisions ofRigli"t to Audft''"undf r paragraph L.of Section Cl: Sl,lpplementary Conditio11s To Pi!ft G,
-General Conditions, pertaint,o_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 60Ig, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-
five (45) calendar days after completion and acceptance by the City.
9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms, conditions
09/10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification , retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents , employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend , indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with , or employees
of Contractor or any of its subcontractors . Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts . A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be
received by the managing department no later than 5:00 p.m ., five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the managing
department to whom delivery was made. Such receipt shall be evidence that the documentation was
received by the City. Failure to comply shall render the bid non-responsive.
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 ofnot less than three (3)
years .
12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period .
09 /10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being comp lete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d . The warranty period shall begin as of the date that the final punch list has been completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g . In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
Section 2.6
Detailed Project Specifications
PART 1 GENERAL
1.01 SUMMARY
SECTION 01130
MEASUREMENTANDPAYMENT
A. Payments for work shall conform with the provisions of the Instructions to Bidders, General
Conditions, the Special Conditions, the Proposal , the Agreement , the Plans, and this Section .
B. Submit request for partial payment at the prices indicated in the Proposal.
1. Prices for each bid item in the proposal shall inc lude but not be limited to cost for :
a. Mobilization, demobilization, cleanup , bonds and insurance .
b. Professional services, including but not limited to engineering and legal fees .
c. The products to be permanently incorporated into the project.
d. The products consumed during the construction of the project.
e. The labor and supervision to complete the project.
f. The equipment, including tools , machinery and appliances required to
complete the project.
g. The field and home office administration and overhead costs related directly
or indirectly to the project.
2. Prices bid shall include the work not specifically set forth as an individual payment
item. These items are considered to be a subsidiary obligation of the
CONTRACTOR and the cost for these items shall be included in the bid prices .
3. Payment shall be based on the actual quantity of work completed per Contract
Documents and measured per this Section .
1.02 SCHEDULE OF VALUES AND PAYMENTS
A. Submit a detailed schedule of values for the work to be performed on the project.
1. Submit schedule at the pre-construction conference .
2. Line items in the proposal are to be used as line items in the schedule .
3. Payment will be made on the quantity of work completed per Contract Documents
during the payment period and as measured per this Section .
Westside Ill/IV Sewer line
AECOM
a. Payment amount shall be the work quantity measured multiplied by the unit
prices for that line item in the Proposal.
b. Payment on a unit price basis will not be made for work outside finished
dimensions shown in the Contract Documents ,
c. Partial payments will be made for lump sum line items in the Proposal.
1) Lump sum line items in the Proposal are to be divided to allow easy
determination of the percentage of the item that has been
completed .
(a) Provide adequate detail to allow easy determination of the
percentage of work completed for each item .
(b) Items, with the exception of equipment packages, are not
to exceed $50,000 .00 .
(c) Separate product costs and installation costs .
01130-1 Measurement and Payment
April 2010
( 1) Product costs include cost for product, delivery
and unloading costs, royalties and patent fees,
taxes and other cost paid directly to the supplier or
vendor .
(2) Installation costs include cost for the supervision ,
labor and equipment for field fabrication , erection ,
installation , start-up , testing , initial operation and
CONTRACTOR 's overhead and profit.
(d) Lump sum items may be divided into an estimated number
of units .
(1) The estimated number of units times the cost per
unit must equal the lump sum amount for that line
item .
(2) CONTRACTOR will receive payment for the entire
lump sum line item .
(e) Include a directly proportional amount of CONTRACTOR's
overhead and profit for each line item .
(f) Divide pr incipal subcontract amounts into an adequate
number of line items to allow determination of the
percentage of work completed for each item .
2) These line items may be used to establish the value of work to be
added or deleted from the project.
3) Correlate line items with other administrative schedules and forms :
(a) Progress schedule
{b) List of subcontractors
(c) Schedule of allowances
{d) Schedule of alternat ives
(e) List of products and principal suppliers
(f) Schedule of subm ittals
4) Costs for mob ilizat ion is listed as a separate line item and shall be
actual cost for:
(a) Bonds and insurance
(b) Transportation and setup for equipment
(c) Transportation and/or erection of all field offices, sheds and
storage facilities
{d) Salaries for preparation of submittals required before the
first payment request
(e) Salaries for field personnel assigned to the project related
to the mobilization of the project.
(f) Mobilization may not exceed 5 percent of the total contract
amount
(g) Cost for mobilization may be submitted only for work
completed
5) The sum of values listed in the schedule shall equal the total
contract amount.
B. Subm it a schedule indicating the anticipated schedule of payments to be made by the
OWNER .
Wests ide Ill/IV Sewer li ne
AECOM
01130-2 Measurement and Payment
April 2010
1. Schedule shall indicate :
a. The payment request number.
b. Date the request is to be submitted .
c. Anticipated amount of the payment request.
2 . Schedule shall be updated quarterly or more often if necessary to provide a
reasonably accurate indication of the funds that the OWNER will need to have
available to make payment to the CONTRACTOR for the work performed .
C. Provide written approval of the Schedule of Values , Payment Request Form and method of
payment by the Surety Company providing performance and maintenance bonds prior to
submitting the first Payment Request. Payment will not be made without this approval.
1.03 PAYMENT PROCEDURES
See General Conditions and Special Conditions for payment procedures .
1.04 AL TERNA TES
Not Used.
1.05 MEASUREMENT AND PAYMENT PROCEDURES
Bid Items listed in the Proposal are described below, along with the manner in which payment shall be
awarded for each item . If there is not a bid item provided for work identified in the Plans or
Specifications , it shall be understood to be subsidiary to construction, and included in the
measurement and payment of one of the following Bid Items provided below.
Bid ltem(s)
1 Measurement and payment for rock riprap shall be per cubic yard of riprap installed as
listed in the Proposal and as shown on the Plans . This item shall include furnishing the
rock riprap including excavation, rock, filter fabric (no separate payment), crushed rock
and associated items per plans, specifications , and Special Conditions DA-39 , and
includes all labor and equipment required to complete the work in place .
2 Measurement and payment for fence shall be per linear foot of fence installed as listed in
the Proposal and as shown on the Plans . This item shall include furnishing the fence
including excavation, fence posts, fence fabric , wire , wire ties , and associated items per
plans , specifications, and includes all labor and equipment required to complete the work
in place . Fence installed shall be like kind of fence removed or better and require
approval of the Superintendent.
3 Measurement and payment for the removal of fence shall be per linear foot of fence
removed as listed in the Proposal and as shown on the Plans . This item shall include
removal of the fence including excavation , cutting fencing, placement of temporary
fencing, removal of existing fencing and posts , and associated items per plans ,
specifications , and includes all labor and equipment required to complete the work in
place . This item shall include provisions to maintain existing adjacent fence , not removed ,
in condition equal to that of pre-construction condition until such time as permanent fence
is installed . Temporary fencing shall be installed immediately , in place of existing fenc ing,
unless otherwise directed .
4 Measurement and payment for manhole collar shall be per each manhole collar , installed
as shown on the Plans . This item shall include furnishing the manholes collar including
the collar, concrete , rebar , and associated items per plans , specifications , and Special
Conditions D-26, and includes all labor and equipment requ ired to complete the work in
place .
Westside Ill/IV Sewer li ne
AECOM
01130-3 Measurement and Payment
April 2 010
5
6
7 , 9
8, 10
11
12
13 , 14
Measurement and payment for inspection , post construction cleaning and televising the
pipeline shall be per linear foot of p ipeline i nstalled as listed in the Proposal and as shown
on the Plans . This item shall i nclude furnishing all equipment necessary to inspect, clean ,
televise , and record the sewer line after construction including all associated items per
plans , specifications , and Special Conditions 0 -37 , and includes all labor and equipment
requ ired to complete the work in place.
Measurement and payment for installing a protective coating on the interio r of all
manholes shall be per vertical foot of the inside of the manhole , measured from the top of
the corbel or flat top to the top of the bench . This item shall include all materials,
equipment, all material testing necessary, and associated items per plans , specifications,
and Special Conditions DA-9 through DA-17 , and includes all labor and equipment
required to complete the work in place. Grouting , if necessary, shall be included with this
item . Respective Special Condition DA-12 through DA-17 shall apply based on coating
system used .
Measu rement and payment for Manholes Standard 4 Ft Diameter to 5 Ft Diameter (to 6
foot depth) shall be per each . 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 for a depth of 6
foot, and associated items per plans , specifications, and Special Conditions 0-26.
Payment for additional depth , concrete collar, and watertight insert shall be covered by
separate pay items .
Measurement and payment for Manhole Standard 4 Ft Diameter to 5 Ft Diameter
(additional depth) shall be vertical foot of the inside of the inside of the manhole ,
measured from the top of the corbel or flat top to the top of the bench less 6 Ft (paid by
other item). The price bid fo r 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, and associated items per plans ,
specifications , and Special Cond itions 0-26. All aspects of Special Condition D-26 shall be
followed with the exception of section C "measurement and payment".
Measurement and payment for Manhole -Vacuum Testing of sanitary sewer manholes
shall be per each successful vacuum test. This price shall include all material , labor,
equipment, and all incidentals, including all bypass pumping , required to complete the test
as per specifications and Special Condition D-35 .
Measurement and payment for Manhole -Watertight Insert shall be per each manhole
insert, for both 4 ' and 5 ' diameter inserts , installed as shown on the Plans . This item shall
include furnishing and installation complete of the manholes insert including all associated
items per plans , specifications, and Special Cond itions D-26 , and includes all labor and
equipment required to complete the work in place.
Measurement and payment for pipe shall be per linear foot of pipe installed as shown on
the Plans , measured horizontally from the center of manhole , or end of pipe without any
deduction for the length of intermed iate manholes.
Payment made at the unit price bid for this item shall be for pipe as shown on t he Plans.
Payment for th is bid item shall be made only for pipe having the specified stiffness class .
Payment w ill not be made for different classes unless approved prior to i nstallation by
Owner. Payment shall include furnishing , hauling and laying of pipe, fittings , and bypass
pumping where necessary; site preparation , including clearing and grubbing , trench
excavation and backfilling , including embedment material ; all blocking , if necessary,
including concrete and rebar; plugs ; concrete encasement; flowable fill ; clay dams ; dirt
road replacement; rock or gravel driveway/road replacement; replacement of topsoil
including any additional topsoil that may be required from off-site sources ; replacing
landscaping to condition as good or better than existed prio r to construction ; protecting or
replacing existing structures, sidewalks or utilities ; protection or relocation of existing
utilities where i ndicated ; protecting or replacing existing irrigation and sprinkler systems ;
Westsid e Ill/IV Sewe r line
AECOM
01130-4 Measu rement and Payment
Apri l 2010
disposal of surplus materials ; preparation of traffic control plans and maintaining safe
traffic flow on ex isting streets and construction of temporary detours if necessary (per SC
D-8); constructing, maintaining , and removing temporary fencing ; cleaning up and
maintenance; s ign replacement ; surveying and replacement of monuments ; dust control ;
removal of mud from roadways ; connections to ex isting pipe li nes , includ ing all
appurtenances ; reconstruction of earthen dam; and any incidental work and materials not
otherwise prov ided for in these Specifications . Construction and maintenance of required
access roadways and driveways , flexbase backfill , extra coarse gravel for uti li ty crossings,
replacement of sidewalks and drainage structures , and test plugs used for testing the line
shall be included in the unit price bid . Flowable fill encasement required for deep trench
sections shall be made incidental to the unit price bid fo r pipe . All testing of pipe and
associated items necessary for installation of the pipe shall be included in this pay item
per specifications , manufacturer specifications , and C ity of Fort Worth standards .
Payment for pipe shall include any and all extra precautions or construction requirements
necessary to adequately protect and support existing utilities and re locate exist ing utilit ies
as necessary fo r construct ion of main line pipe . Payment shall include all costs requ ired
to have utili ty compan ies repair any damage inflicted to their line by the Contractor and
any clean up , property damages , fines , etc., resulting from damage inflicted to any utility
line by the Contractor.
Upon completion of pipe laying , backfilling , and consolidation of trench backfill , payment
will be allowed for 80% of the unit contract price per linear foot. The rema ining 20% will
be allowed when the property affected by construction operations has been completely
restored to its original , or requ ired condition , including fence replacement , grading ,
hydromulch seeding , and removal of all equipment or materials related to construction .
No separate payment will be made for rock excavation , and the cost thereof shall be
included in un it price bid. The Contractor is responsible for any crop or other property
damage outside the easement, caused by his operation . All special easement
requirements as listed on the Plans or in the Specifications shall be made incidental to this
bid item . If an existing utility , sidewalk , roadway or structure is damaged or must be
relocated for construction , the cost of the repair or relocation shall be borne by the
Contractor.
15 Measurement for "Trench Safety" shall be made per linear foot of trench deeper than 5
feet per Special Condition D-25 . Payment for "Trench Safety" shall be at the unit price
bid , which payment shall constitute full payment for furnishing all parts , labor, materials ,
equ ipment, and incidentals necessary to complete the work specified , includ ing the safety
system development, design, implementation and removal. The "Trench Safety" plan
shall be signed and sealed by an eng ineer licensed in the state of Texas . The plan shall
be included in the payment of the "Trench Safety" item . The plan shall be submitted prior
to construction activities .
16 Measurement and payment for "Storm Water Pollution Prevention Plan " shall be made per
lump sum in accordance with Special Conditions Item D-67 and per the plans shown ,
wh ich includes , implementation and removal , and includes all labor , materials , such as silt
fence , inlet protection systems , construction ex its , excavation, backfill , testing , flow
diversion , and equipment required to complete the work in place . Materials and
Construction shall be in accordance w ith the contract documents.
17 Measurement and payment for Sewer Pipe 18 " DIP Class 51 in 30 " Steel Casing Pipe -
By Other than Open Cut shall be per linear foot as shown on the Plans . 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 materia ls furn ished 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 , s ize , and class of pipe specified as shown on plans . The furnishing of all
materials , casing pipe , carrier pipe , pipe coatings , stainless steel spacers , end seals ,
grout, liner materials required for installation , for all preparation , haul ing and installing of
same , and for all labor, tools , equipment and incidentals necessary to complete the work ,
W ests ide Ill/IV Sewer line
AECOM
01130 -5 Mea sure ment and Paymen t
April 2010
including excavation, backfilling and disposal of surplus material shall be included in the
Contract Unit Price as shown . Installation and works complete shall conform to all plans ,
specifications , and Special Conditions D-51 .3, DA-6 , DA-7 and E-16 . All conditions
included in the payment item for pipe shall be jointly administered to this pay item when
applicable .
Westside Ill/IV Sewer line
AECOM
END OF SECTION
01130-6 Measurement and Payment
April 2010
SECTION 02614
POLYVINYL CHLORIDE (PVC) GRAVITY SEWER PIPE AND FITTINGS
PART 1 GENERAL
1.01 SUMMARY
This Section includes the furnishing , installation , and subsequent testing of polyvinyl chloride
(PVC) gravity sewer pipe and connecting fittings .
1.02 RELATED REQUIREMENTS
A. Plans and general provisions of the Contract, including General and Spec ial Conditions
and Division 1 Specification Sections.
B. City of Fort Worth Specification Section E2 .2 -Excavation and Backfill.
1.03 REFERENCES
The publications listed below form a part of this specification to the extent referenced. The
publications are referred to in the text by basic designation only.
A. American National Standards Institute (ANSI)
B. American Society For Testing And Materials (ASTM)
C. American Water Works Association (AWWA)
1.04 SUBMITTALS
Submit the following in accordance with Section 01300 :
A. Shop drawings and product data .
B. Manufacturer's installation instructions .
C. Certified test reports from the Manufacturer's testing facility or an approved testing
laboratory for all factory tests .
1.05 QUALITY ASSURANCE
A. The sewer pipe Manufacturer shall provide certification that the pipe supplied conforms to
these specifications and shall include laboratory test results that support such
certification . If the manufacturer is unable to provide the certification , an independent
testing facility shall be utilized and retained at no cost to the OWNER. The pipe supplied
shall be permanently marked with the Manufacturer's name, the date of manufacture , and
identification with the tests performed to warrant its certification as being in conformance
with this standard .
B. Each pipe size to be furnished on this project shall be tested by the manufacturer, in
accordance with the governing product standard , latest revision . Results of these tests
shall be submitted to the ENGINEER with each truckload when delivered to the job site .
Tests required shall include Load Bearing , Material , Cell Class , Acetone , Dimensional ,
and Hydrostatic tests .
C. Pipe and fittings shall be clearly marked by the manufacturer with the following
information in such a manner that will remain leg ible after inspection :
1. Manufacture r's name, trademark and code which includes the dates , shift , plant
and extruder of manufacturer.
Westside Ill/IV Sewer Line
AECOM
02614-Page 1 of 6 Po lyvinyl Ch lor id e (PVC ) Grav ity
Sewer Pi pe and Fittings
4/7/2010
2. Nominal pipe size in inches.
3. PVC cell classification .
4 . ASTM designation.
D. The sewer pipe manufacturer shall provide certification that the pipe supplied conforms to
these specifications and shall include laboratory test results that support such
certification . If the Manufacturer is unable to provide the certification , an independent
testing facility shall be utilized and retained at no cost to the OWNER. The pipe supplied
shall be permanently marked with the Manufacturer's name , the date of manufacture , and
identification with the tests performed to warrant its certification as being in conformance
with this standard .
E. An inspection of the pipe after delivery to the project shall be made by a representative of
the OWNER. Pipe with visible defects which are indicative of poor structural condition or
poor workmanship shall be rejected and replaced without cost to the OWNER. V isible
defects shall include cracks of any type damage, delamination , splitting , honeycombs, or
any other defects of poor workmanship. Any pipe rejected shall not be returned under
any condition to the project.
1.06 DELIVERY, STORAGE & HANDLING
A. PVC pipe shall be delivered to the job site from the factory and stored at the job site in
palletized units or bundles to prevent unnecessary deflection prior to installation . Each
palletized unit shall be sized to limit the stacking of pipe to not more than 60 inches high.
B. Care shall be taken during the transporting of the pipe to insure that the binding and tie
down methods do not damage or deflect the pipe in any manner.
C. Pipe bent, deflected, discolored or otherwise damaged during shipping will be rejected .
D. Pipe stored on the job site shall be covered with canvas or other opaque material to
protect it from the sun's rays . Air circulation shall be provided under the covering . PVC
pipe shall not be removed from the pallet and/or laid out along the ditch until the bedding
material is in place and ready to receive the pipe . Pipe shall not be stored in direct sun
exposure for more than 30 days .
PART 2 PRODUCTS
2.01 MATERIALS
A. Pipe
1. All PVC grav ity sewer pipe shall be green in color. Pipe 4 inches to 15 inches in
diameter shall be SDR 35 or 26 (ASTM D3034) as indicated in the Plans . Pipe
18 inches in diameter and larger shall conform with ASTM F679 .
2.
3.
B. Joints
1.
2.
Westside Ill/IV Sewer Line
AECOM
Pipe stiffness shall be as required in ASTM F679 and ASTM D2412 and shall be
a minimum of 46 psi .
The pipe and fittings shall be made of PVC having a cell classification of 12364
or 12454 as defined in ASTM D1784 .
Pipe shall have an integral bell and spigot.
Joints for PVC gravity sewer pipe and fittings shall be compression rubber gasket
joints conforming to the material and performance requirements of ASTM D3212
and ASTM F477 .
02614-Page 2 of 6 Polyvinyl Chloride (PVC) Gravity
Sewer Pipe and Fittings
4/7/2010
3. Lubricant used for pipe and fittings shall be non-toxic and have no detrimental
effect on the gasket or the pipe . Lubricant shall be in accordance w ith the
requirements of ASTM D3212 .
PART 3 EXECUTION
3.01 INST ALLA Tl ON
A. Install pipe to the lines and grades indicated on the Plans . Begin installation at the
downstream discharge connection point and make connections where indicated .
Connections shall be made only after the pipe has passed the required testing .
B. Pipe shall be installed according to the requirements of ASTM D2321 , Uni-Bell UNI-
PUB 6 , and the manufacturer's written recommendations . Maximum deflection of any
joint shall not exceed 75% of the manufacturer's maximum recommended joint deflection .
C. The pipes, bells and grooves shall be wiped clean before laying .
D. Pipe joints shall be a minimum of 13 feet.
E. All pipe and/or fitting shall be carefully placed in the trench to avoid damage. The pipes ,
bells and grooves shall be wiped clean before laying . All pipe shall be sealed against the
entrance of objects at the close of each operating day .
F. A lubricant furnished by the pipe manufacturer shall be applied to both bell and spigot of
the pipes and the spigot inserted into the bell at approximately a 30 ° angle, push forward
and lower firmly into place using either a metal bar or some other form of mechanical
leverage . Pipe shall not be over-belled. The insertion reference mark on the spigot shall
be aligned with the face of the bell.
G. All superfluous joint material shall be completely removed from inside surface of all pipe.
H. Trenching , Embedment and Backfill shall be in accordance with City of Fort Worth
Standard Specifications .
I. Horizontal clearance between water lines and sanitary sewer lines shall be governed by
TCEQ chapter 217 .
J . Manholes for gravity sewer lines shall be constructed as shown in the Plans and in
accordance with City of Fort Worth Standard Specifications .
3.02 REPAIR/RESTORATION
Any damage to pipe or over-excavation of the trench caused by the CONTRACTOR's activities
shall be repaired or replaced at no additional cost to the OWNER.
3.03 FIELD QUALITY CONTROL
A. Low Pressure Air Testing
1. The CONTRACTOR shall conduct low pressure air tests on all completed
sections of sewer mains .
2. The procedure for the low pressure air test shall conform to the procedures
described in ASTM F1417 except for testing times , which shall be as outlined in
this Specification Section .
3. Equipment Required for Test
Westside Ill/IV Sewer Line
AECOM
a. The equipment used for testing will not be installed as a part of the
project but shall be furnished and will remain the property of the
CONTRACTOR.
02614-Page 3 of 6 Polyvinyl Chloride (PVC ) Gravity
Sewer Pipe and Fittings
4/7/2010
b. Telethermometer: The telethermometer shall be as manufactured by
Yellow Springs Instrument Company Model #43 TD or approved equal.
The telethermometer probe shall be W .H. Curtain , Number 21607K6 or
approved equal. The probe extens ion leads shall be long enough to
reach a recording station in a safe position and shall be W .H. Curtain
Company Catalog Number 2167R or approved equal.
c. Compressor Air Supply : Any source which will provide at least 300 cubic
feet per minute at 100 psi is acceptable . Plugs, valves , pressure
gauges , air hose , connections and other equipment necessary to
conduct the air test shall be furnished by the CONTRACTOR. The test
equipment for air testing will consist of valves , plugs, and pressure
gauges used to control the rate at which air flows to the test section and
to monitor the air pressure inside the plugs . The testing apparatus shall
be equipped with a pressure relief device to prevent the poss ibility of
loading the test section with the full capacity of the compressor.
4 . Test Procedure (up to 33-inch diameter gravity sewer):
Westside Ill/IV Sewer Line
AECOM
a. Flush and clean the sewer line prior to testing , thus serving to wet the
pipe surface as well as clean out any debris . A wetted interior pipe
surface will produce more consistent results.
b. Insert the temperature probe inside the section to be tested and seal
both ends .
c. Isolate the section of wastewater line to be tested by means of inflatable
stoppers or other suitable test plugs . The ends of all branches, laterals,
tees, wyes and stubs to be included in the test shall be plugged to
prevent air leakage . All plugs shall be securely braced to prevent
possible blow out due to the internal air pressure. One of the plugs shall
have an inlet tap, or other provision for connecting a hose to a portable
air control source .
d. Connect the air hose to the inlet tap and a portable air control source .
Apply air pressure slowly to the test section until the pressure inside the
pipe reaches 4 psig .
e. Allow the temperature and pressure inside the pipe to stabilize at a
minimum pressure of 2 .5 psig for a period of 20 minutes prior to the start
of the testing operation ; then either increase or decrease the pressure to
3.5 psig prior to the start of the testing .
f . Observe and record the time, temperature , and pressure at 3.5 psig. A
minimum of 5 readings will be required for each test.
g. If the pipe to be tested is submerged in ground water, increase all gauge
pressures by adding 0.43 psi for each vertical foot of ground water over
the top of the pipe .
h. This test procedure may be used as a presumptive test which enables
the installer to determine the acceptability of the line prior to backfill and
subsequent construction activities .
i. If the time in seconds for the a ir pressure to decrease from 3.5 psig to
2 .5 psig is equal to or greater than that shown in the following table , the
pipe shall be presumed to be free from defect. When these times are
exceeded, pipe breakage , joint leakage or leaking plugs are indicated
and an inspection must be made to determine the cause . After repairs
have been made by the CONTRACTOR another test shall be required
on the section that has failed to pass the air test.
02614-Page 4 of 6 Polyvinyl Chloride (PVC) Gravity
Sewer Pipe and Fittings
4/7/2010
Duration Requirements for Air Testing
Pipe Diameter Minimum Time Length for Minimum Time for Longer
D (in} T (s) Time, L (ft) Length (s)
6
8
10
12
15
18
21
24
27
30
33
340 398 0.855(L)
454 298 1.520(L)
567 239 2 .374(L)
680 199 3.419(L)
850 159 5.342(L)
1020 133 7.693(L)
1190 114 10.471(L)
1360 100 13 .676(L)
1530 88 17 .309(L)
1700 80 21 .369(L)
1870 72 25 .856(L)
j . Upon completion of the test, open the bleeder valve and allow all air to
escape . Plugs shall not be removed until all air pressure in the test
section has been released. No one shall be allowed in the trench or
manhole while the test is being conducted .
5. Individual Joint Test Method (36-inch diameter and greater)
a. All wastewater conduit 36-inches and larger in diameter shall be 100%
air tested at each joint connection only .
b. A visual inspection of each joint shall be performed immediately after
testing .
c. The method of testing shall be described except for test time. The time
allowed for the pressure drop from 3.5 psig to 2.5 psig shall be 10-
seconds .
d. No joint shall be air tested until the pipe has been backfilled . Air testing
shall be performed as pipe installation progresses . At no time shall pipe
installation exceed 100 feet from the last joint tested .
e. If the joint fails to pass the joint air test , necessary repairs as
recommended by the pipe manufacturer shall be made and the joint
retested . Failure to pass the air test after repairs have been made may
be cause for rejection .
B. Deflection Testing
1. At least 30 days following completion of PVC gravity sewer pipe installation , the
CONTRACTOR shall perform a deflection test. The test shall be completed by
pulling a hand line with an attached rigid mandrel device through the pipe (no
mechanical pulling device allowed).
2. The mandrel shall have an outside diameter (OD) equal to 95% of the inside
diameter (ID) of the pipe to be tested . The ID of the pipe, for the purpose of
determining the OD of the mandrel, shall be the average OD controlled pipe and
the average ID controlled pipe with all dimensions per appropriate standard.
Statistical or other "Tolerance Packages " shall not be considered in mandrel
sizing .
3. The mandrel shall be fabricated of rigid and nonadjustable steel and fitted with
pulling rings at each end . The mandrel shall have nine or more runners or legs
as long as the total number of legs is an odd number.
Westside Ill/IV Sewer Line
AECOM
02614-Page 5 of 6 Polyvinyl Chloride (PVC) Gravity
Sewer Pipe and Fittings
4/7/2010
4 . The mandrel shall have an effective length of at least the nominal diameter of the
pipe being tested .
5. The mandrel shall be stamped or engraved on some segment other than a
runner indicating the pipe material specification, nominal size and mandrel OD .
The mandrel shall be furnished in a suitable carrying case labeled with this same
information .
6. No pipe of any diameter shall exceed a deflection of 5% unless otherwise shown
on Plans . If the pipe fails to pass the deflection test , the pipeline shall be
repaired or replaced as necessary and retested .
7. Adjustable or flexible mandrels are prohibited . Television inspection shall not be
a substitute for deflection testing . A deflectometer may be used if indicated on
the Plans or as approved by the ENGINEER on a case by case basis . Mandrels
with removable legs or runners also, if indicated on the Plans, or approved by the
ENGINEER may be used on a case-by-case basis .
C. Test Results: The CONTRACTOR shall furnish and witness the all testing of PVC gravity
sewer pipe and manholes. The test reports shall be prepared on forms acceptable to the
ENGINEER. Complete test records shall be furnished for all pipe and manhole
construction on this project.
3.04 -3.11 (NOT USED)
Westside Ill/IV Sewer Line
AECOM
END OF SECTION
02614-Page 6 of 6 Polyvinyl Chloride (PVC) Gravity
Sewer Pipe and Fittings
4/7/2010
FORT WORTH ---.• City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000, the M/WBE goal is not applicable .
POLICY ST A TEMENT
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.
_IYI/WBE PROJECT GOALS
The City's M/WBE goa l o n t hi s project is_ 18 _ % 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 followin
for the entire bid to be considered responsive to the s ecifications .
1. Subcontractor Utilization Form, if goal is received by 5 :00 p .m ., five (5) City business days after the bid
met or exceeded : opening date, exclusive of the bid opening date .
2. Good Faith Effort and Subcontractor received by 5:00 p .m ., five (5) City business days after the bid
Utilization Form·, if participation is less than opening date, exclusive of the bid opening date .
stated goal:
3. Good Faith Effort and Subcontractor received by 5 :00 p .m ., five (5) City business days after the bid
Utilization Form, if no M/WBE participation : opening date, exclusive of the bid opening date .
4. Prime Contractor Waiver Form, if you will received by 5 :00 p .m ., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date, exclusive of the bid opening date .
5. Joint Venture Form, if utilize a joint venture received by 5 :00 p .m ., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions , please contact the M/WBE Office at (817) 392-6104.
Rev. 11 /1/05
ATTACHMENT 1A
Page 1 of 4
FORT WORTH
-~ City of Fort Worth
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applical>le block to describe prime
WILLIAM J. SCHULTZ, INC. DBA CIRCLE C CONSTRUCTION
PROJECT NAME: I MNV/DBE I XI NON-MNV/DBE
Sanitary Sewer Line to Serve Westside Water Treatment Plant BID DATE
5/06/10
City's M/WBE Project Goal: Prime's MJWBE Project Utilization: PROJECT NUMBER
City Sec. # 36550
18 % 18 % P264-531200 60154005631
Identify all subcontractors/suppliers you will use on this project
faiiui~ to ' compJ~!~ t.firf form. in its enijrety 'With fiqu~stecJ ·agicirn~nt~tion. · and re~iv~~ . i:>y the Managing
D~p~l"tment onorp~f9te 5:00 P:rl). five (5} ¢Jtyqq$ihe~$ gay$ aft~(l:>iqQpening, exclusive of bid opening date,
wiU result in the t:>id bein9 Considered nop~ri~poosiyeto bid spegifiGatiphs, .. .
The undersigned Offerer agrees to enter ihto a formal agre~rnen( with the M!WBE firm(s) listed in this
utilization schedule, conditioned upon execution or a contract with the City' of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WB Es listed toward me et ing the project goal must be located in the ni ne (9) counl:y marketplace or
currentl y doing bus in ess in the marketplace at the time of bid . Marketplace is t he geographic area of T arrant ,
Parker, J ohnson , Colli n, Dallas , Denton, Ell is , Kaufman and Rockwall cou nties .
ICfoJltify each Tier level, Tier is the level of subcontracting below tqe prime contracto r, -Le ., a direct
pciym~nt from the prime oontractor tq a sµpcpntraGtQr is considered 1st tier; a payment by a subcbntractor to
h$ $uppUeris COri~/deregQ"a tier .·· . ..· ... _ ... .
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with MinorityNVomen Business Enterprise (MNVBE). ·
tri.i¢k~ ftom ano.ttJer MIWBE firm, inclyding M!VVl:3E owner-operc1tor$/~ri~ receive full MIWSE credit. The
M/WBI; may lease tn.ic:ks from non.;MJWE3E$;Tncipging Qwnei:"QP.eralorf putwill _ only receive credit for the
f~es ~nci commissions earned b the M!Wiji; ~s 9lJtlined in tnele.~s$. a'. r~ernent ..
Rev . 5/30/03
FORT WORTH ---...,....--
ATTAC HMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority, Women and non-M/WBEs .
-----------
SUBCONTRACTOR/SUPPLIER
Company Name
Address
Telephone/Fax
LKT & ASSOCIATES,
LLC
MELISSA, TX 75454
RICOCHET FUEL DIST.
1101-A BEDFORD RD.
BEDFORD, TX 76002
-
MJ PIPELINE
INSPECTION
,.0. BOX 851
RANBURY TEX.
76048
AMERICAN DUCTILE
IR ON PIPE
17950 PRESTON ROAD
SUITE 990. ·.
DALLAS TX. 7525
VULCAN MATERIALS
P.O. BOX849131
DALLAS, TX. 75284
LIQUID STONE
CONCRETE
221 CENTER DRIVE
BURLESON , TX 76028
fORTWORTH
Please list MtvVBE firms first, use additional sheets if necessary .
--
Certification
(check one)
T
N T i C X e M w T D r B B R 0 E E C T
A
1 X
1 X
1 X
I
1 ~
1
1
-. -
.N
0
n
Detail
M Subcontracting Work
w
.B
E •>
SUPPLYING
MATERIAL
SUPPLYING
MATERIAL
TV LINES
>< SUPP LING
MATERI A L
. ..
X SUPPLING
MATERIAL
SUPPLY
X MATERIAL
Detail
Supplies Purchased
PIPE&
RELATED
PRODUCT
FUEL, OIL, &
HYD. FLUID
POST
PIPELINE
INSPECTION
PIPE&
RELATED PRO
ROCK AND
SAND
CONCRETE
Dollar Amount
$ 45,000.00
$ 25,000 .00
' I
$ 5,000 .00
-----
$ 25,000.00
$ 22,000.00
$ 10,000.00
'~~~~~~--''----'-~'----'--...._-L~L--~~~~~~.L.-~~~~~~L--~~~~~--'
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list MtvVBE firms first, use additional sheets if necessary.
Rev. 5/30/03
I Certification
(check one)
'UBCONTRACTOR/SUPPLIER T
Company Name N T i C X Address e M w J D
Telephone1Fax r -a B R 0 E E C T
A
CHEM-CAN 1
P.O . BOX434
ARLINGTON, TX 76004
AMERICAN 1
BARRICADES, INC .
107 ENON AVE .
EVERMAN , TX. 76140
THE HOME DEPOT 1
DE PT 32 -250207 6678
P.O. BOX 603 1
l\KES , NV. 88 901
'-'
UNITED RENTAL INC . 1
3 120 SP UR 4 82
SUITE B
IRVING, TX. 75062
JOHN A. MILLER & 1
ASSOC.
P.O. BOX 7214
FT. WORTH , TX. 7611
TREN TECH CO. 1
828 HOWELL DR
COPPELL, TX 75019
ORTWORTH
N
()
il
Detail
M Subcontracting Work
.~ --
8
E
) SAN ITATION
)c SUPPLYING
MATERIAL
)< SUPPLING
MATE R IA L
)( RENTAL
INSURANCE
)
) TRENCH
SAFETY
Detail
Supplies Purch ased
POTTIES $
BARRICADES $
MI S C . JOB $
RELATED PRO
EQUIPMENT $
RENTAL
BONDING $
SITE SPECIFIC $
TRENCH
SALETY
ATTACHMENT 1A
Page 3 of 4
Dollar Amount
250.00
1,500 .00
5 ,000 .00
7,000 .00
12,500.0 0
150.00
Rev . 5/30/03
ATTA CHM ENT 1A
Page 4 of 4
I Total Dollar Amount of M/WBE Subcontractors/Suppliers $ 75,000.00
.,
--
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 83,400.00
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 158,400.00
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination .
By affixing a signature to this form , the Offerer further agrees to provide , directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or
examination of any books , records and files held by their company . The bidd e r a grees to allow the
transmission of interviews with owners , principals, offi cers, employees and applicable
subcontractors/supplie rs/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE (s) on t his contract , by an authorized off ice r or employee of t he City . Any
intentional and/or knowi ng misrepresen tat ion of facts will be grounds fo r term inating t he contract or debarment
from City work for a peri od of no t less than three (3) years a nd · for init iati ng actio n under Federal , State or
Lo ca l laws concerning false statements . Any fa ilure to comply with this ord in ance and create a material
breach of co ntra ct may result in a determination of an irre sponsib le Offe rer and barred fro m particip ating in
City work for a peri od of time not less than one (1) year.
Authorized Signature
Vice-President
Title
Circle C Construction Co.
Company Name
P.O. BOX40328
Address
FORT WORTH TX. 76140
City/State/Zip
Carol J. Sc hultz
Printed Signature
Contact Name/Title (if different)
817-293-1863 FAX 817-293-1957
Telephone and/or Fax
cschultzcc@msn .com
E-mail Address
5/11/10
Date
Rev. 5/30/03
FORT-WORTH , .•. ~
City of Fort Worth
Prime Contractor Waiver Form
ATIACHMENT 18
Page 1 of 1
PRIME COMPANY NAME: Check applicable block to describe
PROJECT NAME:
City's M/WBE Project Goal:
%
PROJECT NUMBER
rime
M/W/DBE NON-M/W/DBE
If both answers to this form are YES , do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. ff the answer to either question is
NO, then you must complete ATTACHMENT 1C. This form is only applicable if .bmb answers are yes.
Failure to complete this form In its entirety and be received by the Managing Department on or before
5:00 p.m., five (5) City business days after bid opening, exclus ive of the bid opening date, will result in the
bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors?
ff yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an operational profile of your business .
Will you perform this entire contract without suppliers?
If yes , please prov ide a detailed explanation that proves based on the size and scope of this
project , this is your normal business practice and provide an inventory profile of your business.
YES
NO
YES
NO
The bidder further agrees to provide , directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on this contract , the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid. The bidder
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract , by an authorized officer or employee of
the City. Any intentional and/or knowing misrepresentation of facts will be grounds for term inating the contract or
debarment from City work for a period of not less than three (3) years and for initiating action under Federal, State
or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from participating in City work for a
period of time not less than one (1) year.
Authoriz ed Signature Printed Signature
Title Contact Name (if different)
Company Na me Phone Number Fa x Number
Address Ema il Address
Ci ty/Sta te/Zip Da te
Rev. 5/30/03
r
FORTWORTB
"-, .•. ---CITY OF FORT WORTH
Joint Venture Eligibility Form
All questions must be answered; use "NA " if applicable.
Joint Venture
Page 1 of 3
Name of City project:----------------------------------
A j oint ventu re fo rm must be co mple ted on each project
RFP/Bid/Purchasing Number: -------------
1. Joint venture information:
Joint Venture Name :
Joint Venture Address:
(If applicable)
Telephone:
Cellul ar:
Facsimil e: E-mail address:
Identify the firms that comprise the joint venture :
Please attach extra sheets if additional space is required to provide detailed explanations of work to be performed by each firm comprising the
·oint venture
M/WBE firm Non-M/WBE
name: firm name:
Business Address: Business Address :
City, State, Z ip: C ity, State, Z ip:
Telephone Facs imile E-mail Telephone Facsim ile
Cell ular Cellular
Certification Status:· E-mail address
Name of Certifying Agency :
2 S . f fi h J. V cope o work per ormed by t e omt enture:
Describe the scope of work of the M/WBE: Describe the scope of work of the non-M/WBE:
Rev . 5/30/03
Joint Ve nture
2 of 3 Page
3. What is the percentage ofM/WBE participation on this joint venture that you wish to be counted toward
meeting the project goal?
4. Attach a copy of the joint venture agreement.
5. List components of ownership of joint venture: (Do not complete if this info rm ation is described in j oint venture ag reeme nt)
Profit and los s sharin g :
Capital contributions , includin g
equipment:
Other applicabl e ownership inter ests :
6. Identify by name, race, sex and firm those individuals (with titles) who are responsible for the day-to-day
management and decision making of the joint venture:
Financi al deci sions
(to include Acco unt Payabl e and Receivable):
Management decisions :
a . Estimating
----------------------------------------------b. M arketing and Sal es
----------------------------------------------
C. H iring and Firing of management
p er sonnel
----------------------------------------------d . Purchasing of m aj or equipment
' and/or suppli es
Supervision o f fi eld operati ons
The City's Minority and Women Business Enterprise Office will review your joint venture submission an d
will have final approval of the M/WBE percentage applied toward the goal for the project listed on this
form.
NOTE:
From and after the date of project award , if any of the participants , the individually defined scopes of work or the d ollar
City's
and
amounts/perce nta ges change from the orig inally approved information , then th e participants must inform the
M/WBE Office immediately for approval. Any unjustified change or deletion shall be a material breach of contract
may result in debarment in accord with the procedures outlin e d in the City 's M/WBE Ordinance.
Rev . 5/ 30 /03
Joint Venture
age 0 P 3 f 3
AFFIDAVIT
The undersigned affirms that the foregoing statements are true and correct and include all material information
necessary to identify and explain the terms and operation of the joint ve n ture . Furthermore , the undersigned shall
agree to provide to the joint venture the stated scope of work, decision-making responsibilities and payments
herein .
The City also reserves the right to re quest any additiona l information deemed necessary to determine if the j oint
venture is eligible. Failure to cooperate and/or provide re quested information within the time specified is grounds
for termination of the eligibility process .
The undersigned agree to permit audits, interviews with owners and examination of the books , records and files
of the joint venture by any authorized representatives of the City of Fort Worth . Failure to comply with this
provisi on shall result in the termination of any contract, which may b e awarded under the provisions of this j oint
venture's eligibility and may initiate action under Federal, State and/or Local laws/ordinances concerning false
_ statements or willful misr~resentation of facts. ______ ·-----·---·-·---·-·-------------·-------·-------·--·----·-·
Name ofM/WBE finn Name ofnon-M/WBE finn
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Printed Name of Owner Printed Name of Owner
Signature of Owner Signature of Owner
Title Title
Date Date
N ota ri za ti on
State of County of ------------------------------------
On this _____________ day of ________ , 20 __ , before me appeared
_____________________ and ____________________ _
to me personally known and who , being du ly sworn, did execute the foregoing affidavit and did state that they were
properly authorized to execute this affidavit and did so as their free act and dee d .
Notary Public-----------------------
Print N ame
Notary Public------------------------
Si gnature
Commission Expires------------------------(sea l)
Rev . 5/30/03
FORT WORTH
-'-, .•. ~
PRIME COMPANY NAME:
PROJECT NAME :
City's M/WBE Project Goal :
%
City of Fort Worth
Good Faith Effort Form
I PROJECT NUMBER
ATIACHMENT 1C
Page 1 of 3
Check applicable block to describe
prime
I M/W/DBE I I NON-M/W/D BE
BID DATE
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or If your
DBE participation is less than the City's project goal, you must complete this fonn.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non-responsive to b id specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"0 tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 05/30/03
(
ATIACHMEN T1C
of 3 Page2
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.
__ Yes Date of Listing __ / I
No --
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
__ 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 a
opened?
--Yes (If yes, attach list to include name of M/WBE firm, person contacted, phone number and date and time of contac
No --
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsi
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number
documentation faxed.
re
t.)
mile
and
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
for a
two-
with
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the locatio n of
plans and specifications in order to assist the M/WBEs?
Yes --No --
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should b e in
any
fide
and
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and
supporting documentation the bidder wishes to be considered by the City. In the event of a bona
dispute concerning quotes, the bidder will provide for confidential in-camera access to
inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
Rev. 05/ 30/03
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.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith . It is understood that any M/WBE(s) listed in
Attachment 1C will be contacted and the reasons for not using them will be verified by
the City's M/WBE Office.
Authorized Signature Printed Signature
Title Contact Name and Title (if different)
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev. 05/30/03
TO: The Purchasing Department
City of Fort Worth , Texas
PROPOSAL
Fort Worth , Texas
4/7/2010
FOR: SANITARY SEWER LINE TO SERVE WESTSIDE WATER TREATMENT PLANT
WATER PROJECT NO : P264-531200 601540045631
CITY SECRETARY NO: 36550
City Project No.:
Pursuant to the foregoing "Notice to Bidders ," the undersigned has examined the plans, specifications
and the site, understands the amount of work to be done, and hereby proposes to do all the work and
furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the
plans and specifications, and subject to the inspection and approval of the Director, Water Department
of the City of Fort Worth. Ifrequired by this project, Contractor must be pre-qualified in accordance
with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of
this Proposal by the City Council and required by this project, the bidder is bound to execute a contract
and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment
Bond approved by the City of Fort Worth for performing and completing said work within the time
stated for the following sums, to wit:
Total quantities given in the bid proposal may not reflect actual quantities, by represent the best
accuracy based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract.
City of Fort Worth
Project: Sanitary Sewer to Serve the Westside Water Treatment Plant
Date TBD
City Secretary Contract No. 36550
Trade
Your Vendor Number:
Yo ur Co mpany Name :
UNIT I • SECTION:.,l\"SANITARY SEWER»t~'\1<s M/1<%f6f4;,w), "'Alff'¥' 1fe&J'.\ .. dtlfa;l(,.,, . .,~-· ' ~"Iii/' ,,t&.''tW 5\i"'ii l';k'iiilt ~·,,;,: "%ti' '''V~,} ll!i.:;.'":'''iff<?'\ .. ~~l~t~'.c,.,"'.!" ,~
Pay Item Bid Item Specification Approx . Unit Description of Item with Bid Price Written in Words Unit Price Quantity
1 BID-00094 DA-39 35 CY Riprap -< Than 18 Inch Rock -Install
@ DOLLARS $
and CENTS
PER CUBIC YARD
2 BID-00126 Existing 85 LF Fence -Install
Cond ition @ DOLLARS $
and CENTS
PER LINEAR FO OT
3 BID-00127 Existing 85 LF Fence -Remove
Condition @ DOLLARS $
.. .... and CENTS
PER LINEAR FOOT
4 BID-00196 D-26 15 EA Collar-Manhole -Install
@ DOLLARS $
and CENTS
PER EACH
5 BID-00201 D-37 3,988 LF Inspection-Post Construction Cleaning & 1V -Study
@ DOLLARS $
and CENTS
PER LINEAR FOOT
6 BID-00211 DA-9 231 VF Manhole-Paint & Coating-Interior Protective Coating -Install
@ DOLLARS $
and CENTS
PER VERTICAL FOOT
7 BID-00213 D-26 14 EA Manhole-Std 4 Ft Diam-(to 6 Ft Depth) -Install
@ DOLLARS $
and CENTS
PER EACH
8 BID-00214 D-26 126 VF Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Depth) -Install
@ DOLLARS $
and CENTS
PER VERTICAL FOOT
9 BID-00215 D-26 1 EA Manhole-Std 5 Ft Diam-(to 6 Ft Depth) -Install
@ DOLLARS $
and CENTS
PER EACH
10 BID-00216 D-26 15 VF Manhole-Std 5 Ft Diam-Added Depth (over 6 Ft Depth) -Install
@ DOLLARS $
and CENTS
PER VERTICAL FOOT
1 1 BID-00217 D-35 15 EA Manhole-Vacuum Test -Services
@ DOLLARS $
an d CENTS
PER EACH
12 BID-00218 D-26 15 EA Manhole-Watertight Insert -Install
@ DOLLARS $
and CENTS
PER EACH
13 BID -00259 SPEC 02614 96 LF Pipe-Sewer-12 lnch-SDR35 (All Depths) -Install
@ DOLLARS $
an d CENTS
PER LINEAR FOOT
14 BID -00282 SPEC 02614 3,638 LF P ipe-Sewer-18 lnch-SDR35 (All Depths) -Install
@ DOLLARS $
and CENTS
PER LINEAR FOOT
15 BID-00372 D-25 3,734 LF Trench Safety System 5 Foot Depth -Install
@ DOLLARS $
and CENTS
PER LINEAR FOOT
16 BID-00100 D-67 1 LS Storm Water Pollution Prevention Plan > Than 1 A c SWPPP -Install
@ DOLLARS $
and CENTS
PER LUMP SUM
17 BID -01169 DA-6 , DA-7 254 LF Pipe-Sewer-18 Inch-In Casing P ipe-Other Than Open Cut -Install
E1 -6 @ DOLLARS $
D-51 .3 and CENTS
PER LINEAR FOOT
TOTAL BID-SANITARY SEWER
Project Manager:
Christopher Harder, PE
• .~ !'l'cJ/l:s";'~~-~~~¥,'\; ;fS
Tota l Amount
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$
$ ,, ~~~~ J,;~ ;
Within ten ( 10) days after notification by the City of Fort Worth, the undersigned will execute the
formal contract a nd will deliver an approv ed Surety Bond and such othe r bonds as required by the
Contract Documents, for the faithful performance of the Contract. The attached bid security in the
amount of 5% is to become the property of the City of Fort Worth, Tex as , in the event the contract and
bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for
the delay and additional work caused thereby.
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant plans.
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No. 7400 .
The Bidder agrees to begin construction with ten ( 10) calendar days after issue of the work order and to
complete the contract within 150 calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of _______ _
a . Nonresident bidders in the State of , our principal place of
business, are required to be __ percent lower than re sident bidders by state law. A
copy of the statute is attached.
b. Nonresident bidders in the State of , our principal place of
business, are not require d to underbid resident bidders .
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas .
Receipt is acknowledged of the following addenda:
Addendum No. 1: -----------
Addend um No . 2: -----------
Addend um No . 3: -----------
Addend um No . 4: -----------
Addend um No. 5: -----------
Addendum No. 6: -----------
[ Affix Corporate Seal l
Respectfully submitted ,
By:
Title:
Company: ____________ _
Address:
Date :
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Nonresident vendors in (give State), our principal place of
business, are required to be percent lower than resident bidders
by State law. A copy of the Statute is attached.
Nonresident vendors in (give State), our principal
place of business, are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas. D
BIDDER:
By: ______________ _
Company (Please print)
Signature: ___________ _
Address
Title: --------------City/State/Zip (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting
Company Name Working Work
Address
Telephone/Fax
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
C 1-1.9
Cl -1.10
Cl-1.11
Cl -1.12
Cl-1.13
Cl-1.14
Cl -1.15
Cl-1.16
Cl -1.17
Cl-1.18
Cl -1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl -1.26
Cl-1.27
Cl-1.28
Cl-1.29
C 1-1.30
Cl -1.31
Cl-1.32
PART C -GENERAL C ON DITIONS
TABLE OF CONTENTS
OCTOBER 19 , 2009
TABLE O F CO NTENTS
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 Condi tions 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)
D irector, 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 AN D PREPARATION
OF PROPOSAL
C2 -2.1
C2-2.2
C2-2.3
C2-2.4
Proposal Form
Interpretation of Quantities
Examination of Contract D ocuments 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 Propo sal s C2-2 (3)
C2-2 .6 Bid Security C2-2 (3 )
C2-2 .7 Deli very of Propo sal C2-2 (3)
C2-2 .8 Withdrawing Proposal s C2-2 (3 )
C2-2 .9 Telegraphic Modification s of Proposal s C2-2 (3 )
C2-2.10 Public Opening of Proposal C2-2 (4)
C2-2 .11 Irregular Proposals C 2-2 (4 )
C2-2.12 Di squalification of Bidders C2-2 (4)
C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.l Consideration of Proposal s C3-3 (1)
C3-3 .2 Minority Busines s 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 Award of Contract C3-3 (2)
C3-3.6 Return of Propo sal 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.l l 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 Instruction s 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
C5-5.9
C5-5.10
C5-5.l l
C5-5.12
C5-5 .13
C5-5.14
C5-5.15
C5-5.16
C5-5 .17
C5-5.18
C6-?
C6-6.l
C6-6 .2
C6-6 .3
C6-6.4
C6-6 .5
C6-6.6
C6-6.7
C6-6.8
C6-6.9
C6-6 .10
C6.6.ll
C6-6.12
C6-6.13
C6-6.14
C6-6.15
C6-6.16
C6-6.17
C6-6.18
C6-6.19
C6-6.20
C6-6.21
C7-7
C7-7.l
C7-7.2
C7-7.3
C7-7.4
C7-7 .5
C7-7.6
C7-7.7
C7-7.8
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials , and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Vf ay
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)
Railway Crossings C6-6 (3)
Barricades, Warnings and Flagmen C6-6 (3)
Use of Explosives, Drop Weight, Etc. C6-6 (4)
Work Within Easements C6-6 (5)
Independent Contractor C6-6 (6)
Contractor's Responsibility for Damage Claims C6-6 (6)
Contractor's Claim for Damages C6-6 (8)
Adjustment or Relocation of Public Utilities, Etc. C6-6 (8)
Temporary Sewer and Drain Connections C6-6 (8)
Arrangement and Charges for Water Furnished by the City C6-6 (9)
Use of a Section or Portion of the Work C6-6 (9)
Contractor's Responsibility for the Work C6-6 (9)
No Waiver of Legal Rights C6-6 (9)
Personal Liability of Public Officials C6-6 ( 10)
State Sales Tax C6-6 ( 10)
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operation s
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
(3)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7-7 (3)
C7-7.9 Delays C7-7 (4)
C7-7.10 Time of Completion C7-7 (4)
C7-7.l 1 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)
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 .1 l Subsidiary Work C8-8 (4)
C8-8.12 Miscellaneous Placement of Material C8-8 (4)
C8-8 .13 Record Documents C8-8 (4)
(4)
PART c '-GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION C 1-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A-NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G-CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
White
White
Canary Yellow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to intere_sted 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)
C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents.
Cl-1.11 PLANS: The plan s 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 repres entative. A sub-contractor is a person, firm ,
corporation , s upplying labor and material s 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 s atisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials , tools, equipment, and incidentals neces s ary 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 follow s:
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
Chri stmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations. Employees working calendar day operations will
consider the calendar a s the holiday.
Cl-1.26 ABBREVIATIONS : Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows :
Cl-1 (4)
AASHTO -American Association of State MGD Million Gallons
Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
IAW In Accordance With Min . Minimum
ASTM American Society of Testing Mono. Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D. Inside Diameter
ASA American Standards Association O.D. Outside Diameter
HI Hydraulic Institute Elev. Elevation
Asph. Asphalt F Fahrenheit
Ave. Avenue C Centigrade
Blvd . Boulevard In. Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin . Linear or Lineal Yd . Yard
lb. Pound SY Square yard
MH Manhole L.F. Linear Foot
Max. Maximum D.I. Ductile Iron
Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25 % of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
C 1-1 .28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4 . Concrete, with or without separate base material.
5. Any combination of the above.
Cl-1 (5)
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated.
C 1-1.31 ROADWAY : The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists.
Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
Cl-1 (6)
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a_ new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received , and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2 .2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided , without in 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 designated for receipt of
proposal shall be returned to the Bidder unopened.
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds . The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids .
C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders ." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered . Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall , Fort Worth, Texas.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non -consideration must be made in writing, addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2 (3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded . Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2 .11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for,
unauthorized alternate bids, or irregularities of any kind . However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived .
C2-2 .12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to, the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the .bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2 (4)
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3 .l CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid .
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; 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 WITHDRAW AL 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 discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids , after which they will be
returned by the City Secretary .
C3-3 .7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. PERFORMANCE BOND : A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
b. MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10.
c. PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
5160, Revised Civil Statutes of Texas , 1925, as amended by House Bill
344, Act s 56 1h Legislature, Regular Session , 1959 , effective April 27 ,
1959 , and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under the se specifications . Payment Bond shall remain in force until all
payments as above stipulated are made.
d . OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furni s hed by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas , and which is acceptable
to the Owner. In order to be acceptable , the name of the surety shall be included on the
current U.S. Treasury li st of acceptable sureties , and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor. shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties , as required, have · qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) day s after the Owner has
appropriate resolution , or otherwise, awarded the contract, the Contractor sh all execute
and file with the Owner, the Contract and such bond s as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been atte sted by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of 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 damage s occurring to the owner by reason of said awardee 's
failure to execute said bonds and contract within ten (10) day s, the propo sal security
accompanying the proposal shall be the agreed amount of damage s 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 proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3.1 l INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors.
a. COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub -contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute , the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected .
b. COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500,000 covering each
occurrence on account of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage.
c. 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 ill
excavation are performed adjacent to same).
4 . Damage to underground utilities for $500,000.
5. Builder's risk (where above-ground structures are involved).
6. Contractual Liability ( covers all indemnification requirements of
Contract).
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.
f.
SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and hi s 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.
PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor's insurance not cover the sub-contractor's work operations .
g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
performance, payment, maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of 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 project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person, persons, partnership, company, firm, association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office (or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
appropriately signed and sealed, as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents . The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work, or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish , all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents , shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
services , and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents , the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary , and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work ." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
C4-4 (1)
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be nece ssary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole. Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents .
C4-4.5 EXTRA WORK : Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum .
c . The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and (4) actual cost of insurance, bonds , and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
(4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties .
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case 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 the 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 act1v1t1es 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 this 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 accompli shed fall s behind that scheduled , the CONTRACTOR
shall take such action as necess ary to improve hi s progre ss. In addition , the OWNER
may require the CONTRACTOR to submit a revised schedule demonstrating his program
and propo sed plan to make up lag in schedule progre ss and to ensure completion of the
Work within the allotted Contract time .
Failure of the CONTRACTOR to comply with the se 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 requirement s for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unle ss otherwi se stated in the
contract document s. The requirement s 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 co st-loaded with the total contract dollars
associated with the re spective ABS element s .
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following :
2 . Work (Schedule of Values Pay Item s using the OWNER 's standard
items ) shall be loaded into the scheduling software using the "NON-
LABOR" re source type s howing the quantity of work to be done along
with the corre spondin g value of the work mea sured in dollars . It is
intended that Earned Value will be calculated as the schedule re source s
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS :
1. Adhere to all Tier .11-requirements , and additionally the following:
• Labor resource s (Man-Hours) shall be lo aded into the scheduling
software using the "LABOR" re source type with man-hours and
without cost. ·
C4-4 (6 )
PART C -GENERAL CONDITIONS
CS-5 CONTROL OF WORK AND
MATERIALS
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5.l AUTHORITY OF ENGINEER: The work shall be performeq to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished, work performed, rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations, and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
CS-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.
CS-5.4 COOPERATION OF CONTRACTOR : The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents .
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his ·inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-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.
CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or 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
CS-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action , plus 25 %, from any funds
due the Contractor on the project.
CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 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.
CS-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish
the Contractor with all lines , grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them . Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25 % will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed . A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fail s to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements . Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
. CS-5 (3 )
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents . If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed . After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
CS-5.10 REMOVAL OF 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 cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work.
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
CS-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) ari sing out of the use of substituted materials or equipment.
C5-5.12 SAMPLES AND TESTS OF MATERIALS : Where, in the opinion of the
Engineer, or as called for in the Contract Documents , tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided. The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furni shing 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.
C5-5 .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 .
C5-5.14 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, se wer 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 be may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines . Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight (48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
C5-5.15 INTERRUPTION OF SERVICE:
a . Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
1. Notify the Water Department's Distribution Division as to
location, time, and schedule of service interruption.
2. Notify each customer personally through responsible personnel as
to the time and schedule 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)
"NOTICE"
Due to Utility hnprove ment in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ___ _
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency : In the event that an unforeseen service interruption occurs ,
notice shall be as above, but immediate.
C5-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained , the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim.
C5-5 .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 Document s 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 fail s to correct the unsati sfactory procedure , the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencie s 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. Surplu s and wa ste materials
removed from the site of the work shall be disposed of at location s sati sfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and material s in stalled by
him and shall deliver over such materials and equipment in a bright, clean , poli shed and
new appearing condition . No extra compensation will be made to the Contractor for any
clean-up required on the project.
C5-5 (7)
CS-5 .18 FIN AL INSPECTION : Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification. After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
CS-5 (8)
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6. l LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders , laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law , ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6 .3 PA TENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided , however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work , properly secluded from public observation , shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance . All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment
stored about the work shall be placed and used, and the work shall at all times be so
conducted, as to cause no greater obstruction or inconvenience to the public than is
considered to be absolutely necessary by the Engineer. The Contractor is required to
maintain at all times all phases of his work in such a manner as not to impair the safety or
convenience of the public , including, but not limited to, safe and convenient ingress and
egress to the property contiguous tot he work area . The Contractor shall make adequate
provisions to render reasonable ingress and egress for normal vehicular traffic, except
during actual trenching or pipe installation operations, at all driveway crossings. Such
provisions may include bridging, placement or crushed stone or gravel or such other
means of providing proper ingress and egress for the property served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic , with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed
except by special permission of the Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters , Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
.._
'
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done , the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted .
C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys , or other public
places or other rights -of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense .
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City . The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents .
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights , and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary .
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into , any work under
C6-6(3)
construction or being maintained. The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos . 27,
29, 30 and 31.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction , the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign . If the
temporary sign is not installed correctly or if it does not meet the required specifications,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can be re-
installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades, signs, fences, lights, or watchmen to protect them . Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades, signs, fences
and lights, and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades , sign s, 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 his property along or adjacent to the
work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6. l O WORK WITHIN EASEMENTS: Where the work passes over, through, or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way or
work area considered necessary by the Contractor shall be provided by him at his
expense. Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns,
fences, culverts, curbing, and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work .
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or other, either as owners or occupants , whose land or interest in
land might be affected by the work . The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done , by repairing, rebuilding, or otherwise
C6-6(5)
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original. condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary , the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area. The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore , no separate payment 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.
C6.6.11 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 enterpri se between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLATh1S: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers, agents,. employees, contractors, subcontractors, licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers , agents , employees ,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether ari sing out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved , or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation 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 damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all 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 E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents .
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, 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 so put into use, due to defective
materials or workmanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO WANER 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 be subject to and
shall comply with the provision of State Comptroller's Ruling .011, and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20 .04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6(10)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of . workmen under his immediate superintendance, work of a
value of not less than fifty (50 %) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work . The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm , or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages .
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations , the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time . There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials , and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence reque sted of all con struction operation s shall be at all time s as specified in
the Special Contract Documents . Any Deviation from such sequencing shall be submitted
to the Engineer for his approv al. Contractor shall not proceed with any deviation until he
has received written approv al from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full re spon sibility 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 ~hall not con stitute
a change in the contract time .
C7 -7.4 LIMITATION OF OPERATIONS : The working operations shall at all
time s 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 En gineer, the Contractor ha s
ob structed or closed or is carrying on operations in a portion of a street or public way
greater than i s neces sary for proper execution of the work, the Engineer may require the
Contractor to fini sh 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 av ailable . 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 exhau sted. The
Contractor shall employ only such superintendent s, foremen, and workmen who are
careful , competent, and fully qualified to perform the duties and ta sks ass igned to them ,
and the Engineer may demand and secure the summary dismi ss al of any person or persons
employed by the Contractor in or about or on the work who , in the opinion of the Owner,
shall mi sconduct himself or to be found to be incompetent , disre spectful , intemperate,
dishone st, or otherwi se objection able or neglectful in the proper performance of his or
their dutie s, or who neglect or refu se s to comply with or carry out the direction of the
owner, and such person or person s sh all 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 ass igned to them and operate any equipment nece ss ary to properly carry out the
performance of the ass igned dutie s .
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
material s and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a sati sfactory , 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 it s u se .
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in C 1-1.23 "WORKING DAYS" or
the date stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
b. Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in 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
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7 .9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material, if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specifted in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35 .00
$ 5,001 to $ 15,000 inclusive $ 45 .00
$ 15,001 to $ 25,000 inclusive $ 63.00
$ 25,001 to $ 50,000 inclusive $ 105 .00
$ 50,001 to $ 100,000 inclusive $ 154.00
$ 100,001 to $ 500,000 inclusive $ 210 .00
$ 500,001 to $1,000,000 inclusive $ 315 .00
$1,000,001 to $2,000,000 inclusive $ 420.00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contrac tor's delay in completing the work hereunder in the time specified by the Contract
Doc uments would be incapable or very difficult to calculate due to lack of accurate
informatio n, and that the "Amount of Liquidated D amages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any de lay.
C7 -7.11 SUS PENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the ·
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible .
C7 -7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation who ll y or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand -by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contrac tor
shall store all materials in such manner that they will not obstruct or impede the pub lic
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 THETIME OF COMPLETION, and should it be
C7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
Contractor may be reimbursed for the cost of moving his equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
construction may be resumed. Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth .
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials, and equipment not obtainable . If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable · effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause . The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
c. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations.
d. Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents.
g. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h . Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k . If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor 's Sureties. When work is suspended for any cause or causes, or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
C7-7(7)
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants, tools ,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENJENCE 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)
which has been directed or authori zed by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such item s 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 day s from the date of
submission of the li st, and any necess ary adjustments to correct the li st as
submitted , shall be made prior to final settlement.
C. TERMINATION CLAIM : Within 60 days after the notice of
termination , the Contractor shall submit hi s termination claim to the
Engineer in the form and with the certification pre scribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived .
D . AMOUNTS: Subject to the prov1s1on s of Item C7 -7 .l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided , that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to thi s 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)
2. any claim which the Owner · may have against the
Contractor in connection with this contract; and
3. the agreed price for , or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein , however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
H. NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7 .14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7.17 SAFETY METHODS AND PRACTICES : The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury , including death, or damage
in connection with the work.
C7-7(11)
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8 .1 MEASUREMENT OF QUANTITIES : The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and item
installed .
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finishing costs, overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other clauses, delays,
profits, injuries, damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents , for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, ( except as
provided in paragraph CS-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal reservations,
C8-8(1)
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections , or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections, or damage, and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein .
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th
day of each month , the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month , or estimate period
under the Contract Documents . Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000.00, or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000 .00 or greater, within twenty-five (25)
days after the regular estimate period. The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85% of the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates .
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and such estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Documents .
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract.
C8-8(2)
C8-8.6 WITHHOLDING PAYMENT: Payment on any e stimate or e stimates may
be held in abeyance if the pe rformance of the con struction operations is not in ac cordance
with the requirement s of the Contract Documents .
C8-8 .7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final in spection . The
Engineer shall notify the appropriate officials of the Owner, will within a rea sonable time
make such final inspection , and if the work is sati sfactory, in an acceptable condition, and
has been completed in accordance with the term s of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
e stimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8 .8 below.
C8 -8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modification s 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 neces sary
correction s or revi sions 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 re solution
of the City Council, provided the Contractor ha s furnished to the owner satisfactory
evidence of compliance as follow s : Prior to submi ss ion of the final e stimate for payment,
the Contractor shall execute an affidavit as furni shed by the City, certif ying that ;
A . all person s, firms , ass ociations, corporation s, or other organization s
furni shing labor and/or material s have been paid in full ,
B . that the wage scale e stabli shed 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 la st or final payment as afore said shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter .
C8-8 .9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents . It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents , the safety of the structure , and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans , the
General Contract Documents or these Special Contract Documents, in which no specific
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)
.,
'
' .
-..'
..
....
,.
r ·,.
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 .
l> .. ~· . ,•
,',
. '
''
>.
..
. ...: ·.
' • f
\ '
' '
. . '
' .~
.,
' ,, '
i., '
' '
'.
...
¢ , ,. '
_)
" :
' ..
t
'
"" " '
t
'1
ct.'
... ?.z-
"
.,, ~ . ., .
" ' '.
''I-
r•
' ...
' .. C8-8(5) . '
; . ,
•
';
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 :
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85 % of the net
voice value thereof The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or .the preparation of the pay estimate .
For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent
(10%). For contracts of $400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C. Part C -General Conditions: Paragraph C3-3 .ll of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
D. C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10 /24/02
Pg. 1
E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees , subcontractors, licensees or invitees, whether or not any such
iniury, damage or death is caused, in whole or in part, by the negligence or alleged
negligence of Owner, its officers, servants, or employees. Contractor likewise covenants
and agrees to indemnify and hold harmless the Owner from and against any and all injuries
to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of
this Contract , whether or not any such iniury or damage is caused in whole or in part
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
F. INCREASED OR DECREASED QUANTITIES : Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 ( 1 ), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows :
G .
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered, increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents .
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
C3-3. l l INSURANCE: Page C3-3 (7): Add subparagraph "h . ADDITIONAL
Revised
10/24/02
Pg.2
INSURANCE REQUIREMENTS"
a. The City, its officers, employees and servants shall be endorsed as an additional insured
on Contractor's insurance policies excepting employer's liability insurance coverage under
Contractor's workers' compensation insurance policy.
b . Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102 , prior to commencement of work on the
contracted project.
c. Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or coverage.
A ten days notice shall be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current
A.M. Best rating of A: VII or equivalent measure of financial strength and solvency.
f Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000 .00 per occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance.
j. Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to C_ity'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 .
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg.3
H .
I.
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8( 1) is
deleted in its entirety and replaced with the following:
The Contracto r shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor , tools , materials , and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements , for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph C5-5 .14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified , or any and all infringements of
patents , trademarks , copyrights, or other legal reservations, and for completing the work
in an acceptable manner according to the terms of the Contract Documents .
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials , or equipment , nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects ·
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects , which defects,
imperfections , or damage shall have been 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.
C8-8 .10 GENERAL GUARANTY: Delete C8 -8 .10, General Guaranty at page C8-8(4) is deleted
in its entirety a nd replaced with the following :
Neither the final certificate of payment nor any provision in the Contract Documents , nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or responsibility for faulty materials or workmanship. The Contractor shall
remedy any defects or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of final
acceptance of the work unless a longer period is specified and shall furni sh 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 a s above outlined . The Owner will give notice of observed
defects with reasonable promptness.
Revised
10 /24 /02
Pg .4
J.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent that
the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2 .
Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (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 deliv er the proposal at the prope r time to the proper
place . The mere fact that a proposal was dispatched will not be considered. The Bidders
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project as
designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas
76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually fil e d 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 provide d furthe r , 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:
1. Page C3 -3(3); the paragraph after paragraph C3-3 .7d Other Bonds should be revised to
read :
Revised
10 /24/02
Pg. 5
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law . · Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion , will determine the
adequacy of the proof required herein .
2. Pg . C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3 . Pg. C3-3(6), Paragraph C3-3 .11 INSURANCE delete subparagraph "g . LOCAL
AGENT FOR INSURANCE AND BONDING".
L. RIGHT TO AUDIT : Part C -General Conditions , Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8 .14 RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate ·work space in order to conduct audits in compliance with the
provisions of this section . The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books, documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further , that City shall
have access during normal working hours to all subcontractor facilities , and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article . City shall give subcontractor reasonable advance notice
of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows:
Revised
10 /24 /02
1. 50 copies and under -10 cents per pag e
Pg.6
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M . SITE PREPARATION :
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work a s a part of this project
construction operations. The contractor's attention is directed to paragraph C6 -6. l O work
within easements, page C6-6(4), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot pric e 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 file s-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 RATES : Section C3-3.13 of the General Conditions is deleted and replaced with
the following :
(a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government
Code, including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258 ,
Texas Government Code. Such prevailing wage rates are included in these contract
documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1 , L. Right to
Audit (Rev. 9/30/02) pertain to this inspection .
( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less , an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the preyailing wage rates in a conspicuous place at the site of the
project at all times.
Revised
10/24 /02
Pg. 8
D-1
D-2
D-3
D-4
D-5
D-6
D-7
D-8
D-9
D-10
D-11
D-12
D-13
D-14
D-15
D-16
D-17
D-18
D-20
D-21
D-22
D-23
D-25
D-26
D-27
D-28
D-29
D-30
D-31
D-32
D-33
D-34
D- 35
D-36
D-37
D-38
D-40
D-41
D-42
D-43
D-44
D-45
D-46
D-47
D-48
D-49
D-50
D-51
51 .3
D-52
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 MA TE RIAL ....................................................................................................... 1 0
PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10
SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11
Bl D QUANTITIES .......................................................................................................... 11
cu·Tl1NG OF CONCRETE ............................................................................................. 11
PROJECT DESIGNATION SIGN ................................................................................... 12
MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12
CRUSHED LIMESTONE BACKFILL .............................................................................. 12
2 :27 CONCRETE ........................................................................................................... 12
TRENCH EXCAVATION , BACKFILL, AND COMPACTION ........................................... 13
SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 14
SANITARY SEWER MANHOLES .................................................................................. 15
SANITARY SEWER SERVICES .................................................................................... 18
REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES .................. 19
DETECTABLE WARNING TAPES ................................................................................. 21
PIPE CLEANING ........................................................................................................... 22
DISPOSAL OF SPOIL/FILL MATERIAL ......................................................................... 22
MECHANICS AND MATERIALMEN 'S LIEN ................................................................... 22
SUBSTITUTIONS .......................................................................................................... 22
PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 22
VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 26
BYPASS PUMPING ....................................................................................................... 27
POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 27
SAMPLES AND QUALITY CONTROL TESTING ........................................................... 29
. INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 29
PROTECTION OF TREES, PLANTS AND SOIL ........................................................... 29
SITE RESTORATION .................................................................................................... 30
CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 30
TOPSOIL, SODDING , SEEDING & HYDROMULCHING ............................................... 30
CONFINED SPACE ENTRY PROGRAM ....................................................................... 36
SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 36
EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ........................ 36
CONCRETE ENCASEMENT OF SEWER PIPE ............................................................ 37
CLAY DAM ..................................................................................................................... 37
EXP LORA TORY EXCAVATION (D-HOLE) ................................................................... 37
INSTALLATION OF WATER FACILITIES ...................................................................... 38
Type of Casing Pipe ..................................................................................................... 38
SPRINKLING FOR DUST CONTROL ............................................................................ 38
02109/2010 SC-1
PART D -SPECIAL CONDITIONS
D-53 DEWATERING .............................................................................................................. 39
D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... 39
D-55 TREE PRUNING ............................................................................................................ 39
D-56 TREE REMOVAL ........................................................................................................... 40
D-57 TEST HOLES ................................................................................................................ 40
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION .......................................................................................................... 40
D-60 SANITARY SEWER SERVICE CLEANOUTS ............................................................... .41
D-62 CONSTRUCTION STAKES .......................................................................................... .41
D-63 EASEMENTS AND PERMITS ....................................................................................... .42
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................. .42
D-65 WAGE RATES .............................................................................................................. 43
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 44
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) .................................................................................................................. 45
D-68 COORDINATION WITH THE CITY 'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ......................................................................................... .47
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .................................................. .47
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ...................................................... .47
D-71 AIR POLLUTION WATCH DAYS ...................................................................................... .48
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ........................................... .48
02/09/2 010 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: PROJECT DESCRIPTION
SANITARY SEWER LINE TO SERVE THE WESTSIDE WATER TREATEMENT PLANT
FORT WORTH , TEXAS
CITY SECRETARY NO . 36550
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally , but not necessarily ,
follow the guidelines listed below:
1. Plans
2 . Contract Documents
3 . Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above . The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions , are made a part of the
General Contract Documents for this project. The Plans , these Special Contract Documents and
the rules , regulations, requirements , instructions , drawings or details referred to by manufacturers
name, or identification include therein as specifying , referring or implying product control ,
performance , quality , or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative ; therefore, work or material called for by one and not
shown or ment ioned 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 Provis ions :
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
02/09/2010 SC -3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Publ ic Works Director, 1000 Throckmorton Street , 2nd Floor , Municipal Building , Fort Worth ,
Texas 76102 . The specificat ions applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown , then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL :
A. DELIVERY OF PROPOSAL: No proposal w ill be considered unless it is delivered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place. The mere fact that
a proposal was dispatched will not be considered . The Bidders must have the proposal
actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchas ing Division, PO Box 17027 , Fort Worth , Texas 76102 .
B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing , addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may , at the option of the Owner, be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by
telegraphic communicat ion 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.
02/09/20 10 SC-4
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes , weekly meetings at the job site may be required to maintain the project
on the desired schedule . The contractor shall be present at all meetings .
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A Definitions:
1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of
authority to self-insure issued by the commission , or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project , for the
duration of the project.
2 . Duration of the project -includes the time from the beginning of the work on the project
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity .
3. Persons providing services on the project ("subcontractor" in §406.096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project, regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees . This includes, without
limitation , independent contractors , subcontractors , leasing companies , motor carriers,
owner operators , employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation , providing ,
hauling, or delivering equipment or materials, or providing labor, transportation, or other
services related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries , and delivery of portable toilets.
B. The Contractor shall provide coverage , based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code , Section 401 .011 (44) or all employees of the Contractor
providing services on the project, for the duration of the project.
C . The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must , prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended .
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity :
1. A certificate of coverage, prior to that person beginning work on the project , so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project ; and
02109/2.010 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 serv ices 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 cert ificates 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 ·
02/0912 010 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 cert ificate 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. Prov iding false or misleading
information may subject the contractor to administrative, criminal , civil penalties or other
civil actions.
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity .
J. The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules . This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population. The text for the notices
shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance . This includes
persons providing, hauling, or delivering equipment or materials, or providing labor or
transportation or other service related to the project , regardless of the identity of their employer
or status as an employee ."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage , to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage ".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project , it will be necessary to deactivate, for a period of time ,
exist ing 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
02/09/2 010 SC-7
PART D -SPECIAL GONDITlONS
constructed of ductile iron pipe . The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill,
fittings , tie-ins and all other associated appurtenances required are deemed subsidiary work, the
cost of which shall be included in the price bid in the Proposal for each bid item .
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or
to show them in their exact location. It is mutually agreed that such failure shall not be considered
sufficient basis for claims for additional compensation for extra work or for increasing the pay
quantities in any manner whatsoever .
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines, or other property exposed by his construction operations. Contractor shall make all
necessary provisions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility
services, water mains, sanitary sewer lines , electrical cables, drainage pipes , and all other utilities
and structures both above and below ground during construction. It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction. The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL
BE ALLOWED .
Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction, or
better, unless otherwise shown or noted on the plans , at his own cost and expense . The
Contractor shall immediately notify the Owner of the damaged utility or service line . He shall
cooperate with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
• this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent , location , and depth ; they are shown on the
plans as the best information available at the time of design , from the owners of the utilities
involved and from evidences found on the ground.
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
02/09/2010 SC-8
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads . The Contractor shall not, at any
time , cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City.
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed . It still is , however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines , if the damage results from any phase of his
construction operation .
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work . As part of the
"Street Use Permit " a traffic control plan is required . The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways " issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section Nos.
27 , 29, 30 and 31 .
Unless otherwise included as part of the Construction documents, the Contractor shall submit a
traffic control plan (duly sealed , signed and dated by a Registered Profess ional 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 begin
in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the
Contractor.
The Contractor will not remove any regulatory sign , instructional sign, street name sign or other
sign , which has been erected by the City . If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works
Department, Signs and Markings Division , (Phone Number 817-392-7738) to remove the sign . In
the case of regulatory signs , the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly
or if it does not meet the required specifications, the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods " as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construct ion and Maintenance Work Areas ."
The lump sum pay item for traffic control shall cover design and I or installation, and maintenance
of the traffic control plan . If no pay item is provided , then traffic control shall not be paid for
separately, but shall be included in the total contract price.
02109/2 010 SC -9
PART D -SPECIAL CONDITIONS
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area.
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property .
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include , but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed .
No more than seven days shall elapse after completion of construction before the roadway, right-
02/09/2010 SC-10
PART D -SPECIAL CONDITIONS
of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . Th is 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 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches , painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes ,
derricks, power shovels , drilling rigs, pile drivers , hoisting equipment or similar apparatus .
The warning sign shall read as follows : "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES ."
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-16 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities . To the extent that C4-4 .3 conflicts with this provision , this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities .
D-17 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.
02/09/2010 SC-11
PART D -SPECIAL CONDITIONS
D-18 PROJECT DESIGNATION SIGN
Project signs are required at all locations . It shall be in accordance with the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts . The Engineer shall approve the
exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted . Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance
with Figure 30, except that they shall be 1 '-0" by 2 '-0" in size . The information box shall have the
following information :
For Questions on this Project Call :
(817) 392-8306 M-F 7:30 am to 4 :30 p.m .
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials, labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed .
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL
Material has been allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by the
Engineer, depending on field conditions . Payment for miscellaneous placement of material will be
made for only that amount of material used, measured to the nearest one-tenth unit. Payment for
miscellaneous placement of material shall be in accordance with the General Contract Documents
regardless of the actual amount used for the project.
D-21 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item
208 .3 -Materials Sources . Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill , Construction Specifications , General Contract Documents.
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of
Backfill Materials, Construction Specifications, and General Contract Documents .
D-22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures STR-028,STR-029 and STR-031 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 .
02/09/2 010 SC-12
PART D -SPECIAL CONDITIONS
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways , gravel surfaced roads, within
easements , and within existing orfuture R.O .W . shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein .
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded , either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded , the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall be entirely the Contractor's own. All trenching operations shall be confined to the
width of permanent rights-of-way , permanent easements , and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2 . TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P .I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas , with a map showing the location and depth of
the various test holes . If excavated material is obviously granular in nature, containing little or no
plastic material , the Engineer may waive the test report requirement. See E1-2 .3 , Type "C" or "D"
Backfill , and E2-2.11 Trench Backfill for additional requirements . When Type "C" back-fill material
is not suitable , Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general , all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces, lumps of
clay , soil, loam or vegetable matter and shall meet the following gradation :
• Less than 10% passing the #200 sieve
• P .I. = 10 or less
Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same.
3 . TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
02/09/2010 SC-13
PART D -SPECIAL CONDITIONS
Standard Proctor Density (A.S .T .M. D698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City, at its own expense , will perform trench compaction tests per A.S .T.M . standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City . These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested . No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City.
4. MEASUREMENT AND PAYMENT: All material , with the exception of Type "8" backfill , and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe .
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of
this item govern all trenches for mains , manholes , vaults , service lines, and all other
appurtenances . The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas . The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
8 . STANDARDS: The latest version of the U.S . Department of Labor, Occupational Safety and
Health Administration Standards , 29 CFR Part 1926, Sub-Part P -Excavations , are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety .
C . DEFINITIONS:
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width , where the width measured at the
bottom is not greater than fifteen (15) feet.
2 . BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical surfaces between
levels .
3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation .
4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or
"trench shields". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure . Shields can be permanent structures
02/09/2010 SC-14
PART D -SPECIAL CONDITIONS
or can be designed to be portable and move along as the work progresses . Sh ields can be
either pre-manufactured or job-built in accordance with OSHA standards .
5 . SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins . Shoring systems are generally comprised of cross-braces, vertical rails , (uprights),
horizontal rails (wales) and/or sheeting .
D . MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design , labor, tools ,
materials , equipment and incidentals necessary for the installation and removal of trench
safety systems.
D-26 SANITARY SEWER MANHOLES
A. GENERAL: The installation , replacement, and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans , and/or as described in these Special Contract Documents
in addit ion 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
COFW Standard Detail SAN-009 .
2 . DELETED
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 ex isting finish grade of the ground . The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole.
Manholes in open fields , unimproved land , or drainage courses shall be at an elevat ion
shown on the drawings or minimum of 6 inches above grade .
5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be PAMREX , or approved equal, with 30-inch clear opening . Covers shall
02/09/2010 SC-15
PART D -SPECIAL CONDITIONS
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 w ithin 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 shall be built in accordance with
Figure 105. All shallow cone manholes shall have a cast iron lid and frame with pick slots.
NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED .
7. MANHOLE STEPS : No manhole steps are to be installed on any sanitary sewer manhole.
8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness .
9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal ,
Ram-Nek , E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation , or
any other chemical action for either its adhesive properties or cohesive strength . The Joint
sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years.
B. EXECUTION:
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials. All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt , sand , mud , or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations . The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench . After removal of
the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings . Any frame or grade ring that is not suitable for use as determined by the
02/09/2010 SC-16
PART D -SPECIAL CONDITIONS
Engineer shall be replaced . Grade rings that are constructed of brick , block materials other
than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section . Pre-cast concrete rings , or a pre-cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes , replace the upper portion of the manhole to a point 24 inches
below the frame . If the walls or cone section below this level are structurally unsound ,
notify the Engineer prior to replacement of the grade rings and manhole frame . Existing
brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense.
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris .
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hyd raulic cement to provide a smooth working surface .
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed.
Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint , or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole. No steel shims, wood , stones, or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame .
In paved areas or future paved areas, castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1 /8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation .
3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated with
two mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black "; Tnemec "46-
450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness.
4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling .
C . MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all
labor, equipment , and materials necessary for construction of the manhole including, but not
limited to, joint sealing , lift hole sealing and exterior surface coating . Payment shall not include
pavement replacement , which if required, shall be paid separately .
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole , including , but not limited to , excavation ,
backfill, disposal of materials , joint sealing , lift hole sealing and exterior surface coating .
Payment shall not include pavement replacement , which if requ ired , shall be paid separately .
02/0912010 SC-17
PART D -SPECIAL CONDITIONS
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 w ill be made per each. Payment for manhole inserts will be
made per each.
D-27 SANITARY SEWER SERVICES
Any reconnection , relocation, re-routes, replacement , or new sanitary sewer service shall be
required as shown on the plans , and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps. The
service connections shall be constructed by the Contractor utilizing standard factory manufactured
tees . City approved factory manufactured saddle taps may be used , but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case
basis. The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required . Severed service
connections shall be maintained as specified in section C6-6 .15 .
D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications , all sanitary sewer service lines shall be
replaced to the property or easement line , or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for Sanitary
Sewer Taps . Payment for work such as backfill , saddles , tees , fittings incidental four (4) feet
of service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps .
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line. If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line, all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-rout ing , 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
serv ice 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
0210912 010 SC-18
PART D -SPECIAL CONDITIONS
conducted . All elevation information obtained by the Contractor shall be submitted to the
lnspectorc The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied . If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied . Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense , shall be required to uncover any
sewer service for which no grade verification has been submitted . All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense . The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code . Connection to the existing sewer service line shall
be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling
A.S .T.M . C-425 with series 300 stainless steel compression straps . The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line .
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property . Furthermore , the contractor shall utilize the services of
a licensed plumber for all service line work on private property . Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route .
Payment for work and materials such as backfill , removal of exist ing 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-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans , and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1 .5 Salvaging of Material and E2-2 .7 Removing Pipe , of the General Contract
Documents and Specifications , unless amended or superseded by requirements of this Special
Condition .
A. SALVAGE OF EXISTING WATER METER AND METER BOX : Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordanc~ 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
02109/2 010 SC-19
PART D -SPECIAL CONDITIONS
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 ex isting grade .
F. ABANDONMENT OF EXISTING VAULTS : Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2 -2.9 Backfill . Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade.
G . ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete . Manhole top or cone section shall
be removed to the top of the full barrel diameter section , or to point not less than 18 inches
below final grade. The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill . Backfill material may be either clean
washed sand of clean , suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface. Payment for work involved in
backfilling , plugging of pipe(s) and all other appurtenances required , shall be included in the
appropriate bid item -Abandon Existing Sewer _Manhole.
H. REMOVAL OF MANHOLES : Manholes to be removed shall have all pipes entering or exiting
the structure disconnected . The complete manhole , including top or cone section, all full barrel
diameter section, and base section shall be removed . The excavation shall then be backfilled
and compacted in accordance with backfill method as specified in Section E2-2 .9 Backfill.
Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer.
Surface restoration shall be compatible with surrounding surface .
02/09/2 010 SC-20
PART D -SPECIAL CONDITIONS
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project , it may be
required to cut, plug , and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines . Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required .
J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe . All removed valves , fire
hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage
Yard .
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants, gate valves , 16 inch
and larger, and sanitary sewer manholes , regardless of location .
Payment will be made for salvaging , abandoning and/or removing all other existing facilities
when said facility is not be ing 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.
D-29 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 2Yi 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
Caut ion! 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).
0210912010 SC-21
PART D -SPECIAL CONDITIONS
D-30 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-31 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"}, of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determ ined 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 with in 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-32 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-33 SUBSTITUTIONS
The specifications for materials set out the minimum standard of quality , which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material, which has
been specified . Where the term "or equal ", or "or approved equal " is used, it is understood that if a
material , product , or piece of equipment bearing the name so used is furnished , it will be
approvable , as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City . If a product of any other name is proposed for use , the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute . Where
the term "or equal ", or "or approved equal " is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose. However, the Contractor shall have the full responsibility of proving that the proposed
substitution is, in fact, equal , and the Engineer, as the representative of the City , shall be the sole
judge of the acceptability of substitutions. The provisions of this sub-section as related to
"substitutions" shall be applicable to all sections of these specifications.
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction , ALL sections of existing sanitary sewer lines to be
abandoned , removed (except where being replaced in the same location), or rehabilitated (pipe
enlargement , cured-in-place pipe , fold and form pipe , slip-l ine , etc .), shall be cleaned , and a
television inspection performed to identify any active sewer service taps, other sewer laterals
and their location . Work shall consist of furnish ing all labor, material , and equipment
02/09/2 010 SC-22
PART D -SPECIAL CONDITIONS
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television . Satisfactory precau~ions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation . The equipment shall
also have a selection of two or more high-velocity nozzles . The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned . Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to
a solid stream . The equipment shall carry its own water tank , auxiliary engines , pumps ,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease . If sewer cleaning balls
or other equipment , which cannot be collapsed , is used , special precautions to prevent
flooding of the sewers and public or private property shall be taken . The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2 . CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-
velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks,
sand, and other materials and obstructions from the sewer lines and manholes . If cleaning
of an entire section cannot be successfully performed from one manhole , the equipment
shall be set up on the other manhole and cleaning again attempted . If, again , successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists , and the cleaning effort shall be abandoned .
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily . No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System, the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup , including the water usage bill. All
expenses shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge , dirt, sand , rock, grease, and other solid
or semisolid material resulting from the clean ing operation shall be removed at the
downstream manhole of the section being cleaned . Passing material from manhole section
to manhole section, which could cause line stoppages , accumulations of sand in wet wells,
or damage pumping equipment , shall not be permitted .
4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City .
02/09/2010 SC-23
PART D -SPECIAL CONDITIONS
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES.
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection . Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The
camera shall be operative in 100% humidity conditions . The camera , television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
B. EXECUTION :
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches, power winches, TV cable , and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line .
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized. All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable , or the
like, which would require interpolation for depth of manhole , will not be allowed . Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
su itable 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 wJII 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 .
02/09/2010 SC-24
PART D -SPECIAL CONDITIONS
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
Eng ineer 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
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.
02/09/2010 SC-25
PART D -SPECIAL CONDITIONS
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. 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 test ing .
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole . The plugs shall be installed in the lines beyond the
drop-connections, gas sealing connections, etc . The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read
after the required test time. The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93 :
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH .
(FT.)
0 to 16'
18'
20'
22'
24'
26'
28'
30'
For Each
Additional 2'
48-lnch Dia.
Manhole
40 sec .
45 sec.
50 sec .
55 sec.
59 sec.
64 sec.
69 sec .
74 sec .
5 sec.
60-lnch Dia .
Manhole
52 sec .
59 sec .
65 sec.
72 sec .
78 sec .
85 sec.
91 sec.
98 sec .
6 sec .
1. ACCEPTANCE: The manhole shall be considered acceptable , if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole ,
which fails to pass the initial test , must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
02/0912010 SC-26
PART D -SPECIAL CONDITIONS
Following completion of a successful test, the manhole shall be restored to its normal
condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C . PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material , labor, equipment ,
and all incidentals, including all bypass pumping, required to complete the test as specified
herein.
D-36 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be
rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to
discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement
of the sewer line .
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection. Lighting for the camera shall
be operative in 100% humidity conditions . The camera, television monitor, and other
components of the video system shall be capable of producing picture quality to the
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection. ·
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 .
0210912010 SC-27
PART D ~ SPECIAL CONDITIONS
The importance of accurate distance measurements is emphasized . All television
inspection video tapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device. Marking on the cable , or the
like, which would require interpolation for depth of manhole , will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection.
Sanitary sewer mains must be laced with enough water to fill all low pints. The television
inspection must be done immediately following the lacing of the main with no water flow. If
sewer is active , flow must be restricted to provide a clear image of sewer being inspected.
2 . DOCUMENTATION: Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service tap observed during inspection . All television logs shall be referenced to
stationing as shown on the plans. A copy of these television logs will be supplied to the
City.
3. PHOTOGRAPHS : Instant developing, 35 mm , or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations .
4 . VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual and
audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same spee·d that it was recorded . The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days . Equipment shall be provided to the
City by the Contractor for review of the tapes. Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections, the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be rev iewed 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.
02109/2010 SC-28
PART D -SPECIAL CONDITIONS
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 ma intaining any bypass pump ing required
to provide reliable , regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-38 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.
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 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construct ion
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-41 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 .
02/09/2010 SC-29
PART D -SPECIAL CONDITIONS
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 prov ided 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-42 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.
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List, for the bid to be considered responsive. Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements.
D-44 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
02/09/2 010 SC-30
PART D -SPECIAL CONDITIONS
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways .
2. SODDING
DESCRIPTION: Sodding will consist of furnishing and planting Bermuda , Buffalo or St.
Augustine grass in the areas between the curbs and walks , on terraces , in median strips , on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification . Recommended Buffalo grass varieties
for sodding are Prairie and 609.
MATERIALS : Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass
secured from sources where the soil is fertile . Sod to be placed during the dormant state of
these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a
healthy, virile root system of dense , thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy ,
virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots .
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted .
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling , and planting. Sod material shall be kept moist from the time it is dug
until planted. When so directed by the Engineer, the sod existing at the source shall be
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-sect ions 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 .
02/09/2010 SC-31
PART D -SPECIAL CONDITIONS
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 :
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%
02/09/2010 SC-32
PART D -SPECIAL CONDITIONS
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total: 100 Total: 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total: 100
CONSTRUCTION METHODS : After the designated areas have been completed to the lines ,
grades, and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described .
a . Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
b. Finishing. Where applicable , the shoulders , slopes , and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun .
BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed . If the sowing of seed is
by hand , rather than by mechanical methods, the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained . "Finishing" as specified in Section D-
45 , Construction Methods , is not applicable since no seed bed preparation is required.
DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45 , Construction
Methods.
The seed , or seed mixture , specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type . All rolling of the slope areas shall be on the contour.
02/09/2010 SC-33
PART D ~ SPECIAL CONDITIONS
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 part icles 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 .
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120 .2(2)a . The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration .
* Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4 . HYDROMULCH SEEDING:
If hydro mulch seeding is provided , seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes.
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS : FERTILIZER
DESCRIPTION : "Fertilizer" will consist of providing and distribut ing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications .
02/09/2 010 SC-34
PART D -SPECIAL CONDITIONS
MA TE RIALS: 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.
Acceptable material for "Sodding" will be measured by the linear foot , complete in place .
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding.
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating (except as noted
below), loading, hauling, placing and furnishing all labor, equipment, tools , supplies, and
incidentals necessary to complete work .
All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and
will not be paid for directly.
"Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price
per square yard , complete in place , as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod ; for all rolling and
tamping ; for all watering ; for disposal of all surplus materials ; and for all materials , labor,
equipment , tools and incidentals necessary to complete the work , all in accordance with the
Drawings and these Specifications .
02109/2010 SC-35
PART D -SPECIAL CONDITIONS
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case
may be, which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows :
Fertilizer material and application will not be measured or paid for directly, but is considered
subsidiary to Sodding and Seeding.
D-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and
subcontractors at all times during construction . All active sewer manholes , regardless of depth,
are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces .
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
2. 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 .
3. 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.
4 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected.
5. Payment for substantial completion inspection as well as final inspection shall be subsidiary
to the project price . Contractor shall st ill be required to address all other deficiencies,
which are discovered at the time of final inspection .
6. Final inspection shall be in conformance with general condition item "CS-5 .18 Final
Inspection" of PART C -GENERAL CONDITIONS .
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs ,
tree trunks , and tree roots at each work site. All such measures shall be considered as ·
incidental work included in the Contract Unit Price bid for applicable pipe or structure
installation except for short tunneling/tree augering .
2 . Any and all trees located within the equipment operating area at each work site shall, at the
direction of the Engineer, be protected by erecting a "snow fence" along the drip line or
edge of the tree root system between tree and the construction area .
3. Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations. The Engineer shall be notified at
02/09/2010 SC-36
PART D -SPECIAL CONDITIONS
least 24 hours prior to any tree trimming work . No trimming work will be permitted within
private property without written permission of the Owner.
4 . Nothing shall be stored over the tree root system within the drip line area of any tree .
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet.
6 . At designated locations shown on the drawings, the "short tunnel" method using Class 51
D.I. pipe shall be utilized.
7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense.
8. Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures.
9. Short tunneling shall consist of power augering or hand excavation . The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted.
D-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated . The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
D-49 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings
or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench . Construction material shall
consist of compacted bentonite clay or 2 :27 concrete. Payment for work such as forming , placing
and finishing shall be subsidiary to the price bid for pipe installation .
D-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of fill existing utilities prior to
construction , in accordance with item D-6 . At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility , the contractor shall contact the engineer immediately for appropriate design
modifications.
02/09/2010 SC-37
PART D -SPECIAL CONDITIONS
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 utilit ies per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation, surface restoration , field surveys, and
all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun .
D-51 INSTALLATION OF WATER FACILITIES
51.3 Type of Casing Pipe
1. WATER:
The cas ing 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 ins ide 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 equa l to those specified above . C. Minimum
thickness for casing pipe used shall be 0.375 inch.
Stainless Steel Cas ing Spacers (centering sty le} such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing . Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documents .
3 . PAYMENT:
Payment for all materials , labor, equipment, excavation, concrete grout, backfill , and
incidental work shall be included in the unit price bid per foot.
D-52 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.
02/09/2010 SC -38
PART D -SPECIAL CONDITIONS
D-53 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-54 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any water flowing into open trench during construction. Contractor shall not
leave excavated trench open overnight. Contractor shall fill any trench the same day of
excavation . No extra payment shall be allowed for this special condition.
D-55 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
3 . Steel "T" = Bar stakes, 6 feet long .
4. Smooth Horse-Wire : 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging: "Tundra" weight, International fluorescent orange or red
color.
6. Combination Fence: Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings.
D. ROOT PRUNING
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.
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.
02/09/2010 SC-39
PART D -SPECIAL CONDITIONS
11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to
construction activity . Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation .
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods ,
equipment and protection .
E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F . Tree Pruning shall be considered subsidiary to the project contract price .
D-56 TREE REMOVAL
Trees to be removed shall be removed using applicable methods, including stump and root ball
removal, loading , hauling and dumping . Extra caution shall be taken to not disrupt existing utilities
both overhead and buried. The Contractor shall immediately repair or replace any damage to
utilities and private property including , but not limited to, water and sewer services, pavement,
fences , walls , sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal,
including temporary service costs, shall be considered subsidiary to the project contract price and
no additional payment will be allowed .
D-57 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils , including the amount of
rock , if any , through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders, and any bidder on this project shall submit his bid under this condition.
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means, shall be left to the
discretion of such prospective bidders .
If test borings have been made and are provided for bidder's information, at the locations shown
on the logs of borings in the appendix of this specification, it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same, either in character, location , or elevation, as shown on the boring logs.
It shall be the responsibility of the bidder to make such subsurface investigations, as he deems
necessary to determine the nature of the material to be excavated. The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances, if required, shall be included in
the linear foot bid price of the pipe.
D-58 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 :
02109/2010 SC-40
PART D · SPECIAL CONDITIONS
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 construct ion 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 cons idered subs idiary to the contract price and
no additional compensation shall be made.
D-60 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 San itary Sewer Service Cleanouts .
D-62 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.
02/0912010 SC-41
PART D .. SPECIAL CONDITIONS
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-63 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 cons t ruction and/or right-of-entry agreements for
properties where construction activity is necessary on City owned facilities , such as sewer lines or
manholes . For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements , which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property . Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General
Contract Documents . The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements , by the property owners .
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required. No additional payment will be allowed for this item .
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing ,
understanding and complying with all provisions of such permits , including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way . For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way ". No additional compensation shall be allowed on this pay item .
D-64 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
02/09/2 010 SC-42 ,
PART D -SPECIAL CONDITIONS
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.
0-65 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 .
This penalty shall be retained by the City to offset its administrative costs, pursuant to Texas
Government Code 2258.023.
Complaints of Violations and City Determination of Good Cause .
On receipt of information, including a complaint by a worker, concerning an alleged violation of
2258.023, Texas Government Code , by a contractor or subcontractor, the City shall make an .initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred . The City shall notify in writing the
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates , such amounts
being subtracted from successive progress payments pending a final determination of the
violation .
Arbitration Required if Violation Not Resolved.
An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above .
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction .
Records to be Maintained .
The contractor and each subcontractor shall , for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract ; and (ii) the
actual per diem wages paid to each worker . The records shall be open at all reasonable hours for
02109/2010 SC-43
PART D ~. SPECIAL CONDITIONS
inspection by the City . The provisions of the Audit section of these contract documents shall
pertain to this inspection .
Pay Estimates.
W ith each partial payment estimate or payroll period, whichever is less , the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times .
· Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
(Attached)
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61 , Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulation or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but
which may become friable upon removal, demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable, it is regulated under the disposal
requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state, as defined by the NESHAP , it can be
disposed as a conventional construction waste . The Environmental Protection Agency
(EPA) defines friable as material , when dry , which may be crumbled, pulverized or reduced
to powder by hand pressures .
C . The Generator of the hazardous material is responsible for the identification and proper
handling, transportation, and disposal of the material. Therefore , it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable. The Excavator is
responsible to employ those means , methods, techniques and sequences to ensure this
result.
E. Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
02/0912010 SC-44
PART D -SPECIAL CONDITIONS
Fort Worth assumes no responsibility for compliance programs , wh ich are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents .
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
permit can be obtained through the Internet at http ://www.tnrcc.state .tx .us/permitting/water
perm/wwperm/construct. html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www .dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that, if properly utilized , can minimize the need
for physical controls and possible reduce costs . The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee .
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O . Box 13087
Austin , TX 78711-3087
A copy of the NOi shall be sent to :
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth , TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the
contractor shall sign , prior to final payment , a TCEQ Notice of Term ination (NOT) form prepared
by the eng ineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
02109/2010 SC-45
PART D -SPECIAL CONDITIONS
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 .
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities. The SWPPP shall be incorporated into in the contract documents . The
contractor shall submit a schedule for implementation of the SWPPP . Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP . Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site . Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee , or , when another permitted operator
assumes control over all areas of the site that have not been finally stabilized .
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP , prepared as described above , shall be implemented at least 48
hours before the commencement of construction activities. The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents . The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include , but not be limited to , silt fences, straw bale dikes , rock berms,
diversion dikes, interceptor swales, sediment traps and basins , pipe slope drain, inlet protection ,
stabilized construction entrances, seeding , sodding , mulching , soil retention blankets , or other
structural or non-structural storm water pollution controls. The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP .
02/09/2010 SC-46
PART D -SPECIAL CONDITIONS
D-68 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 exist ing 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.
D-69 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-70 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 w ill 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 comp letion of the work within the
contract time. In the event the contractor receives such a letter, the contractor shall
provide to t he City an updated schedule show ing 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 .
0210912 010 SC-47
PART D -SPECIAL CONDITIONS
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 .
D-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the
OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31 , with 6:00
a .m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in coordination with the National
Weather Service, will issue the Air Pollution Watch by 3:00 p.m . on the afternoon prior to the
WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such shall
not begin work until 10 :00 a.m . whenever construction phasing requires the use of motorized .,..
equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m. - 6 :00 p.m., on a designated Air Pollution Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month .
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth
Transportation and Public Works Perm it Center (817-392-6594) prior to any work in public right of
way . Permit will not be issued without a traffic control plan sealed and signed by a registered
professional engineer licensed to practice in the State of Texas . Failure to acquire the proper
permit and permission may result in a fine of $500/day to the contractor performing the work .
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract
cost and no additional compensation shall be made .
END OF PART D -SPECIAL CONDITIONS
0210912010 SC-48
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
02/09/2010 SC-49
02/09/2010
PART D -SPECIAL CONDITIONS
FORT WORTH
'-, ,,,., ,,
Date: ____ _
DOENO.XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON _______ _
BETWEEN THE HOURS OF AND------
IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS S.UPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ____________ AT ________________________ __
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
-----------------------'CONTRACTOR
·---. ------·--------·---
SC-50
PART D -SPECIAL CONDITIONS
F TEXAS DEPARTMENT OF HEAl..'l'H
0
DEMOLITION I RENOVATION
NOTIFICATJON FORM r,
0
ff
n
I ·
y
fu : CJ '
I L
NOTE: Ca!RCLE ITEMS THAT ARE .AJJ! ENDED
T D H NOTIFICATION#
1) Aba tem en t Contractor: __________ ~--~.....;,_-· ___;_;;__·· TOH -Li-ceq-.-s-e_Nll_m....,._b_e_r: ____ _
Address : . . Ci_ty: Staie: · Zfp: =•· ~· ----'-----'--
Offico.Phona Nurnbar;-.1...-=~---...;..._. ............ ...,;;Jo'l> Site Phone Numbor:._..;._c.-......c~--=----.....c...----'-
Site $Upervisor:·. . . · j'DHU¢ert$i ·N~,mber. ----------'-----
.Sltc Stlpervisor: TOH :Lfoen:se Number:·----------'-----
Trait:iecfOn-Si te NESHAP lndividual:, _______ =-~----C1;1riilicetion Date;._ _____ _
Demolition t:onlraetot:, _______ .,.,,.,.. _____ Office .Phono Numb(lr....,.. i......-~-------
Adctress.; Cily: State; Zip:.·_----
2) Project Gonwl~nt ,or Operotor:. ____________ ....... ~_TDH Uc;.eru.9 Ntimbet:. _____ _
Minling Address: ... _ ---------_..;_-----------::-:::c---::::c-'-~-,.,....-,,.,-,,,,...---.;_.----
Clty:. · State: __ ___,Zip :~ ___ Office Phone Number: i.... -"'""-------
3) FacllftyOwner:._ ___ ~-~-'-'-"-----------'----------------
Alfantion:=····---------------------------------------~
Me ili rtg Add re~:.;...------~-~~-'-.......... --'-----=-c---=---,-:---:----,c-:----'---~"""""'.,.....
_ City; . . Slate; Zip:-. Owner Phone 'Numbcr( ) . .. _ ........... .
!*Noto: ~i> l"_voic:O for tho'notlfic:Itfon fee ~.m ,be senl to :ffle .,QWner of ,u,·c bulidlng and Ibo :bllllnr, .aek!rUJ for the lnvoJce wm be
'~biatned ·frcim ,th~lnfotmotion-lhatls ptoll'ldoo In th!& section. · · ·· · · . .
, :5) Type ofWork; Q De,:nolitlon o RcmovaUon {Abalcmcnt) o Anrtuat Consolidated
. . .. . .--t work will be tlurif}g; o Da)' o Evenrng o Night Pt,a$8d Pr()fect ·
· OescripUon ofworxsched~e:,-. --:--'---....,.---",---"----~..,,,,;,,,~~;;;,,,.,;---.;_. ..... _ ..... ___ ......; __
r-."'
8) rs ll\ls a Pu:b[fe ~liil~itlg?· q YES O NO Federal Facility? D YES NO lndustrfaJ Site? OYES 'Cl NO,
tilESHAP-Only Fa.cmty? D YES D NO Is BuildingWacll ity06t:upi.ed? 0 YES Cl NO . "
~ " i 7) Na-1ificstion Type CHECK ONLY ONE ·
V .· . a original (1 O V'(orklrig Oayt.) il Gan<:ellation f u Amendment D EmergencyfOrd .ered
IUhis i s an arnMdrnat1t,. whicfi ~mend'ment number Is this?_ (Enclose copy of orig lnal andlor l.t$t amendmen()
If an emergency, who did you tatk with at TOH? · J;metgency#: · 1
Date and'Hourof Em&1Sfll'l'CV (HH/MM/DD/YY): .. ...... .. .
D8SC(tpt1on of the $'Udden,, unexpected event and explanation of how the event caused unsafe condifipns « Wou:ld cause
equipment dama,ge {compu!ers , machm~ry. etc , .
· 8). ()esei'ipUon of procedures to befollowed In 1he event that une:xpec!ed asbestos is fo~ru;I or previ,o1.1sly non,.ffiable
:asbestos material becomes ctu:mbled, pulvati~. or red1,rce d 1P powder; . . .. ·. • .. · _ .......... .. . . , .... .
9) :!J'/8$ en Mbeslos survey perfoomed? n YES o NO Dal e: J TOH Inspector License No:._. -----
, . Arlalytieal . Melt)o<l : D Pl.M D TEM D Assumed TOH L;lbOt~l ory license No;... .
{For TAHPA (publtc building) projeciii;i: .in ~ssu.rnpUon mus t. be made by a TOH UcMisoct l nsp .oclor)
10} Descriptkln of planned demoliti on cir renovatiM wQ!k , typ!:! of rn:atefial, and method(s} to be used.,.,· ------~-
t 1) Descrip:\ion or work pracl ices an d engl neeoog contrors to be used to prevent omissions ofasbestos ~t ttie
derii(JlitiCJfl/renovwfor;: ____ . -.-----=~-----...:._--'---'-------------
02/09/2010 SC-51
PART D -SPECIAL CONDITIONS
12} ALL appllcab!c i!s-ms in Iha foll owing table m1,J:!;-t be completecl : IF NO ASBESTOS PRESE'NT ·CHECK HERE O
Approximate amount of Check unit of measurcm1mt
Asbestos.Containing Building Material },,,,,,,-·-·_.,,;As;.:;;;;;b;.;:e~l;;.:;tos;;;::.:..,__~1---,--....,..-~....,..,....~--l
Type .
RACM to bet removed
RACM NOT removed
· lnt~r:ror Cate I non-frlahle removed
Cate ·I non-triable NOT removed
lnterJor Cat · 6 11 non -f11abre ren1a\•ed
Extarror Cata · ll non-friab re removed
Cat '11 non•fi'lable NOi:removcd
AACM OfY.f'acility component
Pip,es : Surface ,Area : ln Ln
Ft M
13) Waste,Transporier Name : .. ---~-----------TPH License N'umber: --------
Adctrcss.! ----'---------Pify ;,~--------.....,,,,.. ... -... -··stale: _Zip ._· -----C:l;lf"Jta e;t Plo11'$on: . ·"' ·. 'Pt"lontf Number: . .._. __.c......;. ___ __;. _ __;.-,---
14) Waste Disp~I Site Name: , . Mdress:,_, -...-~-----·---_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ -_ ..,..~c.,.,jt""'y:-:--------------S-ta-.1""':e-: -_-_-_-_-_--=Z:--ip-: ----
Tclepfione ~ ... ,_·· __.)_. --...._... __ TNRGC Permit N~mber. -------~
-~ .
15), fOf slruclt.Jrally unsound facllltles ,. attach a copy of demolit](fn Order ancl identi fy GQvemmental Official below:
. Nama: ........... • . • · · Reg1straUon No : ·. .· ·· · · .
TIO~ .
Oa1e'of order {M M/bbiYY} I ... ·-I • Date. order tQ begin. (MMIOD/YY) ·-~------
.fo)• Scheduled Dates of Asbestos Abalemefl{ (MM/DDNY} Start:-~-'-· _,_. --O~pl ek); I . I ,
•· 17) Sc::hect,ule,d Dates DemoliUonlR.enovaoon {MM/OD/YY} Start : I . I . Complete:, ___ -"''--' _,,_I-,-__ _
... Note : tfihe s.tartdste on this noUf1eation~:in not~ mot, tho TOH Reg [onal or Local: Program office Mustlbecontacisd by
phone prior to the litarl dale. Failure lo do so Is=-VfQf;ltfon. fD .lee~td.lnco lo TA.HP.A. Sc-etlon 285.61.
I hereby certify that all rnforrnat«m I have provided is correct , complete, .atid true to tne be.s1 of my krtawledge . I ~cknowled9e
that I am respons [ble for all aspects of the notif1C1;11ion fo.rm, incl udi ng; but not lfmilil"\'9 , confenl and submlss[on dates. The
m~ximum penelty is $10 ,000 pe r day pen®latlon . ·
(Slgoe l ur,e;of Building Owner/ Operator ,.
or Oelegated ConsultantrContractor)
MAILTO:
{Printed Name) {D~t.e}
ASB-:ESTOS NOTIFtCA TtQN SEC1JON
iOXlC SUBSTANCE;S CONTR01. DIVIS ION
TEXAS DEPARTM ENT· OF HEALTI-I
PO 60X 143538 .
. AUST1N, TX 78714-3538
PH: 5·1::1-834-6600, 1-800-572-5548
(T elephP11e)
Form APB#!$, difltecf 07129/02. Replaces TOH lMm dated .07113/01. FDr assistance in completing form , cifJJ/ 1-SOQ.572•5548
02/09/2010 SC-52
,;
I
PART D -SPECIAL CONDITIONS Concrete Pavin.Q Gumi,m Maefl. Oper. Concrete Paving Saw Oper. Concrete Paving Spceader Ope;. concrete Rllbber Crane, C!amshefil, Backhoe, Demck, Oragl'ine, Shovel Electrician A~W?_r Form Builder-Structures Form Setter-Pavin11_ & CUrbs er. Foundation Urill Operator. Crawler Mounted Foundation Drill Operator. Truck Mounted Front End Loa:der Laborer-Common Laborer-Utility_ Mecllanic Millin9_Machine g~ra!oc, Fine. G:rade Mixer Operator RoBe.r,. St.ee!Wh.eel Plant-Mix f'a¥ements RoBe,-,, Steel Whee1 Offler Flahvheel m Tam·· Source ls AGC of Tex.as (Hwy. Hvy, utiliifes !m:lustrial Bram:h) w•,ow.access__gpo.ipvhfavisbaccru' 02/09/2010 $13.00 $8-00 $13.ti'.Q $12-78 $l4.15 S:G.88 $13;22 .$12.00 $'12.85 $'13.27 $12,00 $13.63 $12.00 }13.5:l6 $14.00 $10.61 }14.12 $'18.12 $8.43 $1L63 $'11.83 $13.67 $16.l\'l $12.62 $1:UB $'10.65 $'16J}7 $'11.S3 JH.!'iiB $15.20 $ROO $13.17 $'10.IM $11.04 $1L28 $10.92 }11;07 $14.86 $16.29 SC-53 Truck Driver-Tmnsit Mix Wag,cn Drill. Boring Machine. Post Ho:le Driller Welder >/iforik Zone. Barricade SeNicer $12.32 $12.33 $10.92 $·12.60 $12:.91 $12:.03 $10.91 ~11.47 $11.75 ~14.93 $12.08 $14.0D $13.57 }10.0Q
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-20
DA-21
DA-23
DA-25
DA-26
DA-27
DA-35
DA-37
DA-38
DA-39
DA-48
DA-50
DA-51
DA-54
DA-56
DA-57
DA-61
DA-63
DA-64
DA-66
DA-67
DA-72
DA-n
DA-78
DA-79
DA-80
DA-81
DA-82
DA-83
DA-84
DA-85
DA-86
DA-87
DA-92
DA-96
DA-97
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
PIPE INSTALLED BY OTHER THAN OPEN CUT ......................................................... 3
TYPE OF CASING PIPE ................................................................................................ 6
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR ............................................... 6
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ..................... 9
MANHOLE REHABILITATION .................................................................................... 11
SURFACE PREPARATION FOR MANHOLE REHABILITATION ............................... 22
INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ................. 23
INTERIOR MANHOLE COATING -QUADEX SYSTEM .............................................. 25
INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM ...................................... 28
INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................... 30
INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... 33
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ..................................... 36
PRESSURE GROUTING ............................................................................................. 38
VACUUM TESTING OF REHABILITATED MANHOLES ............................................. 42
LOCATION AND EXPOSURE OF MANHOLES AND WATERVALVES ..................... 44
REPLACEMENT OF 6 11 CONCRETE DRIVEWAYS .................................................... 45
REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .......................... ; .................. 45
GRADED CRUSHED STONES ................................................................................... 46
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .......................... 46
POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 47
LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL ......... 52
ROCK RIPRAP -GROUT -FILTER FABRIC .............................................................. 53
EASEMENTS AND PERMITS ..................................................................................... 56
CONCRETE ENCASEMENT ....................................................................................... 56
CONNECTION TO EXISTING STRUCTURES ............................................................ 57
WATER SAMPLE STATION ........................................................................................ 57
SHOP DRAWINGS ...................................................................................................... 57
COST BREAKDOWN .................................................................................................. 58
TOPSOIL .................................................................................................................... 58
BID QUANTITIES ........................................................................................................ 59
WORK IN HIGHWAY RIGHT OF WAY ........................ · ................................................ 59
OPTION TO RENEW ................................................................................................... 59
NON-EXCLUSIVE CONTRACT ................................................................................... 59
SPECIFICATION REFERENCES ................................................................................ 60
SCOPE OF WORK (UTIL. CUT) .................................................................................. 60
CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ...................................................... 60
CONTRACT TIME (UTIL. CUT) ................................................................................... 61
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ................................. 61
TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) .................................................... 61
LIQUIDATED DAMAGES (UTIL. CUT) ........................................................................ 61
PAVING REPAIR EDGES (UTIL. CUT) ....................................................................... 62
TRENCH BACKFILL (UTIL. CUT) ............................................................................... 62
CLEAN-UP (UTIL. CUT) .............................................................................................. 62
PROPERTY ACCESS (UTIL. CUT) ............................................................................. 62
SUBMISSION OF BIDS (UTIL. CUT) .......................................................................... 62
MAINTENANCE BOND (UTIL. CUT) ........................................................................... 63
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ......................................... 63
"QUICK-SET" CONCRETE (UTIL. CUT) .................................................................... 63
ASC-1
DA-98
DA-102
DA-103
DA-104
DA-105
DA-106
DA-107
DA-108
DA-110
DA-111
DA-112
DA-113
DA-114
DA-115
DA-116
DA-118
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
UTILITY ADJUSTMENT (UTIL. CUT) .......................................................................... 63
PAYMENT (UTIL. CUT) ........................................................................................... 64
DE HOLES (MISC. EXT.) ......................................................................................... 65
CONSTRUCTION LIMITATIONS (MISC. EXT.) ....................................................... 65
PRESSURE CLEANING AND TESTING (MISC. EXT.) ........................................... 65
BID QUANTITIES (MISC. EXT.) .............................................................................. 65
LIFE OF CONTRACT (MISC. EXT.) ........................................................................ 66
FLOWABLE FILL (MISC. EXT.) .............................................................................. 66
DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ............................. 67
WORK ORDER COMPLETION TIME (MISC. REPL.) ........•.................................... 67
MOVE IN CHARGES (MISC. REPL.) ...................................................................... 67
PROJECT SIGNS (MISC. REPL.) ........................................................................... 67
LIQUIDATED DAMAGES (MISC. REPL.) ................................................................ 68
TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ............................................. 68
FIELD OFFICE ........................................................................................................ 68
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .............. 69
ASC-2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT
A. GENERAL:
1. Furnish materials and necessary accessories, with strengths, thickness, coatings,
and fittings indicated, specified and/or necessary to complete the work.
2. All excavation shall provide an open area conforming to the outside diameter of
the casing and/or carrier conduit. The excavation shall be to an alignment and
grade which will allow the carrier conduit to be installed to proper line and grade as
shown on the Plans and as established in the Specifications.
3. Work shall be performed in accordance with the requirements of the City of Fort
Worth Water Department, the Texas Department of Transportation, or railroad
company, as applicable.
B. MATERIALS:
1. Casing Pipe: Casing pipe shall be steel conforming to ANSI B36.1 O and the
following:
a. Field Strength: 35,000 psi minimum.
b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings).
c. Diameter: As shown on the drawings (minimum size requirements).
d. Joints: Continuous circumferential weld in accordance with AWS D1 .1.
2. Carrier Pipe in Casing: Carrier pipe shall be as shown on drawings and as
specified in the General Contract Documents.
3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or
as designated on the plans.
4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive
strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft. of
fine sand with sufficient water added to provide a free flowing thick slurry.
C. EXECUTION
1.
2.
10/23/08
Where sewer pipe is required to be installed under railroad embankments or under
highways, streets or other facilities in other than open cut, construction shall be ·
performed in such a manner so as to not interfere with the operation of the
railroad, street, highway, or other facility, and so as not to weaken or damage any
embankment or structure. During construction operations, barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained, until such
time as the backfill has been completed and then shall be removed from the site.
Pits and Trenches:
ASC-3
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. If the grade of the pipe at the end is below the ground surface, suitable pits
or trenches shall be excavated for the purpose of conducting the jacking or
tunneling operations and for placing end joints of the pipe. Wherever end
trenches are cut in the sides of the embankment or beyond it, such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in.
b. The location of the pit shall meet the approval of the Engineer.
c. The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed.
3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place.
a. The boring shall proceed from a pit provided for the boring equipment and
workmen. The holes are to be bored mechanically. The boring shall be
done using a pilot hole. By this method an approximate 2-inch hole shall
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored. Other
methods of maintaining line and grade on the casing may be approved if
acceptable to the Engineer. Excavated material shall be placed near the
top of the working pit and disposed of as required. The use of water or
other fluids in connection with the boring operation will be permitted only to
the extent required to lubricate cuttings. Jetting or sluicing will not be
permitted.
b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid
consisting of at least 1 O percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit, seal the walls of
the hole, and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
c. Allowable variation from the line and grade shall be as specified under
paragraph A.2. All voids between bore and outside of casing shall be
pressure grouted.
4. Installation of Carrier Pipe in Casing:
a.
b.
Sanitary sewer pipe located within the encasement pipe shall be supported
by ·skids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing, and to keep the installed line from resting on the bells.
All skids shall be treated with a wood preservative. Skids should extend for
the full length of the pipe with the exception of the bell area and spigot area
necessary for assembly unless otherwise specified.
ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. The Contractor shall prevent over-belling the pipe while installing it through
the casing. A method of restricting the movement between the assembled
bell and spigot where applicable shall be provided.
d. At all bored, jacked, or tunneled installations, the annular space between
the carrier pipe and casing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe.
The backfill material will not be required unless specified on the plans and
specified by the Engineer.
e. Closure of the casing after the pipe has been installed shall be plugged at
the ends of the casing as shown on the drawings or as required by the
Engineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe:
a. As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe.
b. When a casing pipe is not designated on the drawings, the contractor shall
provide a casing pipe if necessary to achieve line and grade. Casing pipe
shall be provided at no additional cost and shall be subsidiary to the cost
bid for installation By Other than Open Cut.
c. Bore and jack in accordance with paragraph C.3. above.
d. Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in soft soil
layer. All voids outside of installed pipe shall be pressure grouted.
6. Tunneling: Where the characteristics of the soil, the size of the proposed pipe, or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring, or when shown on the plans, a tunneling method may be
used, with the approval of the Engineer or railroad/highway officials.
a. When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden. The Contractor shall submit the
proposed liner method to the Engineer for approval. The tunnel liner
design shall bear the seal of a licensed professional engineer in the State
of Texas . Approval by the Engineer shall not relieve the Contractor of the
responsibility for the adequacy of the liner method.
b. The space between the tunnel liner and the limits of excavation shall be
pressure grouted or mud-jacked.
c. Access holes for placing concrete shall be space at maximum intervals of
10 feet.
D. MEASUREMENT AND PAYMENT: Installation of pipe by other than open cut will be
measured by the linear foot of pipe, complete in place. Such measurement will be made
10123/os ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
between the ends of the pipe along the central axis as installed. The work performed and
materials furnished as prescribed by this item will be paid for at the Contract Unit Price bid
per linear foot for Pipe Installed by Other Than Open Cut of the type, size, and class of
pipe specified as shown on plans. The furnishing of all materials, pipe, liner materials
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 for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of ·
E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects . The steel casing pipe shall be supplied as
follows:
A. For the inside and outside of casing pipe, coal-tar protective coating in accordance with
the requirements of Sec. 2.2 and related sections in AWWA C-203.
B. Touch-up after field welds shall provide coating equal to those specified above.
C. Minimum thickness for casing pipe used shall be 0.375 inch.
Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing
Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E1 -15 and
Construction standard E2-15 as per Fig. 11 O 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 consists of furnishing all labor, material,
equipment, supervision, etc. necessary to construct a point repair on the portion of a
service line located within a utility easement, street right-of-way or on private property.
Point repairs on private property shall only be addressed after the Contractor has received
written permission from the property owner to do the work. A blank Right-of-Entry
Agreement form to be completed by the Contractor and the individual property owners is
1012310a ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
included at the end of this section. The Contractor shall keep a record copy of all Right-
of-Entry forms obtained and have it on hand at all times during construction.
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:
10/23/08
1. 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.
2. The Contractor shall excavate, shape the bottom of the trench and place the
required pipe bedding so that the grade of the replaced pipe matches the existing
service line grade.
3. Numerous service line point repairs along with lateral line point repairs and
obstruction removals are located in areas which in many instances will require the
removal of existing landscaping, structures, sidewalks, driveways, etc. Items
removed or disturbed shall replaced or restored to original conditions or better.
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 included
in the price bid for "Service Line Point Repair".
5. Roof and Yard Drains: Not Applicable.
6. Disconnected Service Lines: If a service line exists, then the Contractor shall
remove the service line no longer in use by excavating at the property line and
plugging the service line.
7. Abandonment of Point Repair: If a pipe is exposed and found in good condition,
not requiring a point repair, notify City Engineer who will record abandonment of
point repair.
Backfill the excavation, replace pavement or sidewalk and repair and seed or sod
unpaved areas.
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
8. Cleanout Repair: The Contractor shall make appropriate repairs to cleanouts if
determined necessary. All cleanout repair work shall be performed by a licensed
plumber.
a. General
This special condition describes the repair of sanitary sewer cleanouts
located on private property as designated on the 1/1 Elimination Repair
plans . Repair of the cleanouts shall consist of replacing defective cleanout
caps or installing new caps where none exist, such that inflow is eliminated .
There will be no repairs made to the existing cleanouts that require
excavation , other than what is required to expose the top of the cleanout so
that the new caps can be installed .
b. Materials
Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas
Specialty & Mfg. Company, or equal. The rubber caps are held down by
stainless steel clamps.
c. Excavation
1) The Contractor shall submit shop drawings on all materials and
equipment to be installed.
2) The Contractor is responsible for obtaining right of entry from the
property owners prior to performing any work. Property owners
should be notified 48 hours in advance of any work on their property.
3) The Contractor shall restore any disturbed surface to its original or
better condition at no separate pay.
D. MEASUREMENT AND PAYMENT:
1 .
2.
3.
3.
10/23/08
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".
Measurements for extra length repair is on a linear foot basis for repairs in excess
of the minimum 3 foot replacement length.
All pipe fittings, adapters, concrete collars, bedding , and removal and
replacements of grass sodding required shall be considered incidental to service
line point repair.
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
ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
removal and replacement of materials, shall be considered incidental to the service
line point repair.
5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the
Sanitary Sewer Service Line at the Point of Replacement. The minimum trench
width shall be 3' -0".
6. All excavation, backfill, removal and replacement of grass sodding and
landscaping, plugs, fittings, and splash pads shall be considered incidental to
removal of yard drains , disconnecting roof drains and plugging disconnected
service lines.
7. No separate payment will be made for the Contractor to obtain written permission
to enter private property.
8. Payment will be made for Abandonment of Point Repairs at the Contract Unit Price
for Excavation and Backfill Abandoned Point Repairs.
9. Payment shall be made at the Contract Unit Price for each sanitary sewer cleanout
successfully repaired. Payment shall be full compensation for all materials,
equipment, and labor required to perform the work.
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1. Scope: This section governs all work, materials and testing required for the
application of interior protective coating. Structures designated to receive interior
coating are listed on the construction drawings. The structures are to be coated,
including interior wall, top and bench surfaces. Protective coating for corrosion
protection shall meet the requirements of this Specification (and items DA-14 and
DA-15) and the Manufacturers recommendations and specifications.
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.
8. MATERIALS:
1.
10/23108
Scope: This section governs the materials required for completion of protective
coating of designated structures.
ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
2 . Protective Coating : The protective coating shall be a proprietary two component,
100 percent solids, rigid polyurethane system designated as Spray Wall as
manufactured by Sprayroq, Inc. or a two-part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining
systems and designated as Raven 405.
3. Specialty Cement (If required for leveling or filling): The specialty cement-based
coating material shall be either Quadex QM-1 s as manufactured by Quadex , Inc. or
Reliner MSP as manufactured by Standard Cement Materials.
4. Material Identification: The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10,000 psi
550,000 psi
5. Mixing and Handling: Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C. EXECUTION:
10/23/08
1. General: Protective coating shall not be installed until the structure is complete
and in place.
2. Preliminary Repairs:
3.
a. All foreign materials shall be removed f ram 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.
Protective Coating:
ASC-10
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. The protective coating shall be applied to the structure from the bottom of
the frame to the bench, down to the top of the trough. The top of the
structure shall also be coated.
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the following procedure.
1) The surface shall be thoroughly cleaned of all foreign materials and
matter.
2) Place covers over the invert to prevent extraneous material from
entering the sewers.
3) If required for filling or leveling, apply specialty cement product to
provide a smooth surface for the coasting material.
4) Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0.125
inches). Thickness to be verifiable through the use of methods
acceptable to the Engineer. After the walls are coated, the wooden
bench covers shall be removed.
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur inside the structure within 24 hours after
application.
4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for
watertightness shall be performed by the Contractor after operations are
complete in accordance with the Section D-36 -VACUUM TESTING OF
SANITARY SEWER MANHOLES.
D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials, equipment and material testing required to complete the
work. Pressure grouting, if necessary to stop active infiltration prior to application of the
protective coating, shall be included in the above unit price. Grouting of the pipe seals,
bench and trough, and lower portion of a particular structure, if required by the Engineer,
shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION.
DA-10 MANHOLE REHABILITATION
A. GENERAL
1. Scope. This section covers the rehabilitation of sanitary sewer manholes and other
appurtenances in accordance with the Manhole Rehabilitation Details in the
specifications. The rehabilitation requirements for each manhole are listed in the
10123/os ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
Manhole Rehabilitation Schedule in the specifications. Manhole rehabilitation includes
repairing, replacing , or restoring manhole frame & cover , frame seal, chimney, corbel ,
wall , bench , invert and/or pipe seal(s).
The Contractor shall furnish all labor, superv1s1on, materials, equipment and testing
required to complete the rehabilitation of the manholes listed in these Contract
Documents .
2. General: Contractor is responsible for locating all manholes scheduled for
rehabilitation . Contractor shall notify City Engineer if a manhole cannot be located .
Contractor shall contact City Engineer to determine if materials removed from
rehabilitated manholes will remain the property of the Owner. If so, Contractor shall
coordinate when and where to deliver salvaged material to the Fort Worth Water
Department. If not , Contractor shall be responsible for disposal of material. Contractor
shall provide watchmen, barricades and warning signs to protect his workers,
inspectors , and the public. Contractor shall , at no add itional cost to the Owner , replace
any portion of an existing manhole that is damaged during rehabilitation of the manhole.
Contractor shall provide necessary means to prevent wastewater flow from contacting
material used for rehabilitation prior to fully curing . Loose and broken brick and mortar
shall be removed immediately from the manhole to eliminate the possibi lity of pieces
entering the sewer lines .
3. Submittals:
a. Product Info rmation. Contractor shall submit manufacturer's information on
products proposed to be used that are not specifically named in the Contract
Documents.
b. Personnel Qualifications. Prior to starting manhole coating , Contractor shall
submit qualifications of personnel that will be performing wall repairs and coating
procedures. Proposed personnel shall verify certification within the last two years
by the coating manufacturer and verify working on at least three projects with
similar coating within the previous 12 months.
c . Work Schedule. Prior to beginning work on bench and invert replacements ,
complete manhole replacements, or construction of new maintenance manholes,
Contractor shall submit for review by Owner's Representative a plan for
maintaining wastewater flow without any interruptions. Contractor shall maintain
wastewater flow at all times.
4. Quality Assurance. Contractor will be responsible for all testing laboratory services in
connection with data required for review of materials proposed to be used in the Work.
Contractor shall obtain Engineer's acceptance of the testing laboratory before having
services performed and shall pay for all costs for testing. Owner may, at his discretion,
perform quality control tests on materials during and after their incorporation in the
Work. If any of these tests fail, Contractor will be responsible for correcting situation
and shall pay for any retest. All costs for quality assurance testing will be subsidiary to
the Work.
10/23/08 ASC-12
PART DA -ADDITIONAL SPECIAL CONDITIONS
5. Delivery, Storage, and Handling. Upon delivery, all material shall immediately be stored
and protected until installed in the Work. All material shall be labeled and stored in
accordance to the manufacturer's recommendations and all local, state, and federal
regulations.
6. Testing. All rehabilitated manholes shall be tested in accordance with Section D-63.
B. MATERIALS
10/23/08
1. Cleaners:
2.
3.
4.
5.
Water
Cleaners
Clean and free from deleterious substances.
Detergent, muriatic acid or approved equal.
Wall, Bench, Trough, Grouting,
and Pipe Seal Repair
Hydraulic Cement
Quick-setting Mortar
Urethane Gel Grout
Cementitious Grout Material
Activated Oakum
Strong-Seal Plug, Penny Grout, IPA
"Octocrete", or approved equal.
Strong-Seal QSR, Rapid Set, or approved
equal.
Scotch-Seal "561 O and 5612" or approved
equal.
Sauereisen Cements "F-100 Grout" or
approved equal.
3M Scotch Seal "5600" or approved equal.
Two-Part Epoxy Adhesive Coating American Chemical Corp. "Aquatapoxy" or
approved equal.
Concrete Bonding Agent ThoroSeal "Acryl 60" or approved equal.
Concrete
External Manhole Coating
Coal Tar
Internal Manhole Coatings
Non-cementitious
Cementitious
Frames, Covers, and Inserts
Manhole Frames and Covers
Watertight Manhole Frames and
Covers
Manhole Insert -Polyethylene
ASC-13
Material in accordance with City of Fort
Worth Water Department General Contract
Documents.
Tnemec "46-450 Heavy Tnemecol", Kop
Coat "Bitumastic Black Solution", or
approved equal.
Sprayroq "Spray Wall" or Raven 405.
Standard Cement Materials "Reliner MSP" or
Quadex "QM-1 s".
. McKinley "Type N with indented top",
Neenah "R1726A", or approved equal.
Neenah "R1915-E, Type L" or approved
equal.
Corrosion-proof high density polyethylene,
1/8" thick in accordance with Fort Worth
Water Department General Standards E100-
PART DA -ADDITIONAL SPECIAL CONDITIONS
6 .
7.
8 .
Manhole Insert -Stainless Steel
Fiberglass Manhole Liner
PVC Lined Concrete Wall
Reconstruction
Joint Material
Adjustment Rings
Bitumastic Gasket Material
Bitumastic Trowelable Material
9. Miscellaneous
Root inhibitor
4.
Southwestern Packing & Seals, Inc.,
"Tetherlok".
Material in accordance with Section DA-15
of these specifications .
Material in accordance with Section DA-16
of these specifications.
Single -piece , precast concrete , ASTM
C478 , 2" min . thickness .
RAM-NEK, EZ-STIK or approved equal.
GS-702 compound or approved equal.
Dichlobenil 2,6 -dichlorobensonitrile, or
approved equal.
C. EXECUTION
1. Inspection . Prior to beginning the Work on a manhole , the Contractor shall inspect the
manhole and notify' City Engineer if actual conditions are in conflict with Manhole
Rehabilitation Schedule. After City Engineer revises schedule , Contractor shall
commence with Work.
2. Manhole Rehabilitation Repairs. Each manhole listed in the Manhole Rehabilitation
Schedule will be repaired with at least one of the following repair methods. The
requirements for each repair shall be completed as described in this section and as
indicated on the Manhole Rehabilitation Details in the specifications.
10/23/08
a. Cover/Frame/Frame Seal Replacement.
1) Paved Areas: Make square full depth saw cut and remove the pavement to
expose the entire manhole frame and exterior of manhole a minimum of 6
inches below the top of the structurally sound structure, keeping trench
sides as vertical as possible. Remove the pavement by breaking out from
saw cut toward the manhole to avoid breaking the frame.
2)
Non-paved Areas: Excavate adjacent to the manhole to expose the entire
frame to a minimum depth of 6 inches below the top of the structurally
sound structure, keeping trench sides as vertical as possible. Limit
excavation to a 6-foot by 6-foot working area .
Remove and replace the existing frame , cover , and sealing material.
Furnish bolt down frame and cover, if required by Manhole Rehabilitation
Schedule in the Spec ifications . If grade rings are broken , deteriorated, or
loose, Contractor shall notify Engineer prior to placing manhole frame.
Also, if manhole contains brick grade adjustments on top of concrete corbel
or chimney, Contractor shall replace the brick grade adjustments with
ASC-14
PART DA -ADDITIONAL SPECIAL CONDITIONS
precast concrete rings in accordance with manhole grade ring
replacements.
3) Clean exposed interior and exterior surfaces of the exist ing ch imney and
inspect for reuse. Wire brush and apply a concrete bonding agent and
quick setting hydraulic cement to the top surface of the manhole to provide
a smooth surface prior to installing new grade rings and bitumastic
material.
4) Surfaces between the frame, adjustments , and corbel sections shall be
free of dirt and debris . Bitumastic gasket material (minimum Y2 inch th ick)
shall be placed in two concentric rings along the inside and outside edge of
each joint or use bitumastic trowelable material. Butt joints of the two rows
of bitumastic material shall be positioned opposite of each other. No steel
shims, wood, stones, or any material not specifically accepted by the
Engineer may be used to obtain final surface elevation of the manhole
frame .
5) In paved areas , frames shall be installed so the top of the casting will
conform to the slope and finish elevation of the paved surface. Allowances
for the compression of the bitumastic material shall be made to assure a
proper final grade elevation. Manhole rims in parkways , lawns , or other
improved lands shall be at an elevation not more than one (1) inch nor less
than one -half (1/2) inch above the surrounding ground. Backfill shall
provide a uniform slope from the manhole frame for not less than three (3)
feet each direction to existing ground elevat ions.
6) In drainage areas, frames shall be installed so the top of the casting will be
at the same elevation that existed prior to rehabilitating the manhole.
7) If the inside diameter of the manhole is too large to safely support new
grade adjustments or frame , the corbel shall be replaced or a flattop
installed prior to plac ing frame.
8) The exposed, exterior surfaces of manhole corbel, chimney, and frame
shall be wire brushed and coated with two coats of coal tar, 14 mils OFT.
The grade adjustments shall be wrapped with a 6 mil polyethylene sheet.
9) In anpaved areas, backfill with excavated material and compact with
mechanical equipment. In paved areas , backfill with granular material
meeting requirements of Item 402 and Section E1-2 to the limits shown on
figures in Section H.
10) A concrete collar shall be constructed in accordance with Figure 121.
Concrete collars will be required on rehabilitated manholes and new
replacement manholes as listed in the manhole rehabilitation schedule.
Construction of concrete collar will be paid for separately for each manhole
and shall include surface restoration (including seeding/sodding) and
permanent pavement repair. Repair of pavement outside of 4 foot by 4
foot concrete collar shall be equal to or superior in composition , thickness,
1012310a ASC-15
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
etc., to existing pavement and/or as detailed in the Transportation and
Public Works Department typical sections for Pavement and Trench Repair
for Utility Cuts, Figures 1 through 5. Non -standard concrete collars shall be
constructed at locations authorized by the Engineer.
b. Reseating/Sealing of Existing Frame -Work shall be done in accordance with
Section D-27 , with the exception that the existing frame shall be reused . The
frame and cover shall be inspected for any defects and notify the Owner's
representative if it is damaged or deteriorated . All scale, dirt, and debris shall be
removed from the existing casting with a wire brush.
a. Grade Adjustment -All Work shall be done in accordance with Section D-27,
with the exception that the existing frame shall be raised or lowered to
surrounding surface elevations in accordance with the Grade Adjustment
Detail.
1) In brick manholes , remove and replace the defective chimney up to a
maximum of 24 inches below the frame. If chimney is defective below 24
inches, Contractor shall notify Engineer prior to completing manhole
rehabilitation.
2) Existing defective concrete grade ring adjustments and all brick or block
adjustments shall be replaced with precast concrete adjustment rings .
3) Where partial manhole replacement is required on the Manhole
Rehabilitation Schedule, the following shall apply :
a)
b)
c)
d)
e)
The extent of partial manhole replacement shall be based on the
depth of deterioration as determined by the Owner's
Representative. The remaining structure shall be capable of
supporting the newly constructed portions of the manhole.
Excavate the work area to expose the entire depth of deterioration
in the existing manhole to a minimum depth of 6 inches below the
top of structurally-sound structure .
Perform reconstruction to allow easy access into the manhole. No
more than 12 inches of depth of precast concrete grade adjustment
rings shall be allowed to obtain proper grade. Perform
reconstruction in accordance with the Partial Manhole Replacement
Detail.
Seal manhole joints in accordance with Section D-27.
Precast corbel, or barrel sections may be used as necessary. The
diameter of the precast sections shall be consistent with the existing
remaining structure. Place a flattop section on existing manhole
structure prior to setting precast sections. Flattop sections shall not
overhang existing manhole structures by more than 6 inches. If the
clearance from the underside of the proposed flattop to the
ASC-16
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
manhole invert is less than 4 % feet , the manhole shall be
completely replaced .
f) Partial Manhole Replac·ement shall also include replacement of
frame , cover, and sealing of frame and grade adjustments.
g) Remove all debris from reconstruction from the manhole and
dispose of properly.
d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of
Section DA-12, DA-13 , DA-14 , DA-15, DA-16 and DA-17.
e. Bench and Invert Rehabilitation
1) Remove existing deteriorated bench and invert material to solid material.
Care shall be taken to avoid allowing broken pieces of brick and mortar to
enter the sewer lines.
2) Apply concrete bonding agent and quick setting concrete to form a smooth
surface and continuous invert with the sewer pipe . New bench and invert
shall be formed in accordance with repair Bench and Invert Rehabilitation
Detail.
f. Bench and Invert Replacement
1) Remove the existing bench and trough completely . If the existing trough is
formed of sewer pipe laid continuously through the manhole , special care
shall be taken to ensure that the pipe seal and the sewer pipe to remain is
not damaged. Contractor shall, at no additional cost, replace any portion of
the existing manhole or sewer pipe to remain that is damaged during bench
and invert replacement.
2) Install new bench and trough with Class A concrete in accordance with
repair detail. Surface shall be troweled smooth and the invert of the trough
shall form a continuous smooth flow path from pipes entering the manhole
to where they exit. The bench and invert shall form a watertight seal with
the manhole wall, pipe , and bench/trough area.
3) If the manhole base is deteriorated or nonexistent, the minimum thickness
of the bench/trough shall be six inches .
g. Removal of Existing Manhole -Work shall be conducted as specified in Section D-
29.
h . Construct New Manhole
1)
2)
Completely remove the existing manhole structure.
Construct new manhole in accordance with Section D-27 of these
specifications. Connect to existing sewers using flexible couplings.
ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
3) Contractor shall maintain exist ing wastewater flows at all times. Contractor
shall submit a plan for maintaining wastewater f lows to the Engineer prior
to beginning work.
i. Pressure Grout Pipe Seals , Bench and Trough , and Lower Portion of Manhole
1) All work shall be done in accordance with Section DA-19 of these
specifications.
2) Remove all foreign materials from the manhole walls around the pipe seal
and within the pipe seal itself , including all loose and protruding brick ,
mortar and concrete. Stop active leaks using products specifically for that
purpose.
3) Remove deteriorated area of the pipe seal to sound material. Apply
bonding agent to area and place hydraulic cement to fill voids to form a
watertight seal around pipe.
4) Drill holes around the pipe seal , bench/trough and lower portion of the
manhole and inject urethane gel grout into holes in accordance with repair
detail. Activated oakum rope shall be used to fill the injection hole after
removal of the grouting probe . Patch the injection hole with hydraulic
cement and apply a water resistant two-part epoxy coating to the patch.
Clean all grout from interior of manhole.
j. Manhole Step Removal -Remove existing manhole steps and fill voids with
hydraulic cement in accordance with repair detail.
k. Patch Holes -Clean and remove loose debris from holes to be patched. Apply
bonding agent to surface of holes and fill voids with hydraulic cement in
accordance with repair Patch Holes Detail.
I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as
specified in Fort Worth Water Department Standard E100-4.
m. Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at
90 degree angles from each other within 4 inches of the bottom of the flattop.
Provide additional holes near observed defects, if necessary. Urethane gel grout
shall be injected through the holes under pressure with a probe designed for this
purpose. Injection pressure shall not cause damage to the manhole structure or
surrounding surface features. Grouting from the ground surface will not be
allowed. Grout travel shall be verified by observation of grout at defects or
adjacent injection holes. Provide additional injection holes , if necessary, to ensure
grout travel. Injection holes shall be cleared with a drill and patched with a
waterproof quick setting mortar . The flattop to wall joint shall be pressure washed,
cleaned , filled with a non-shrink grout, and finished smooth.
n. Fiberglass Manhole Insert -Work shall be conducted as specified in
Section DA-18.
1012310a ASC-18
PART DA -ADDITIONAL SPECIAL CONDITIONS
o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified
in Section DA-19.
p. Point Repair to Replace Sewer Line, 6"-15" Diameter -This item shall apply at
those locations indicated in the Manhole Rehabilitation Schedule and those
additional locations authorized by the Engineer. The Contractor shall excavate
adjacent to the manhole to uncover the damaged sewer pipe. This pipe shall be
carefully removed from the manhole to the first sound joint (maximum of 5 feet) of
pipe . This pipe shall be replaced with SOR 35 PVC pipe of the same nominal size .
This pipe shall be connected to the existing sewer using flexible connectors
approved by the City. The connection of the new pipe to the manhole shall be
made using flexible gaskets meeting the requirements of ASTM C-923 , grouted
into the manhole wall using non-shrink grout. Embedment material shall be
installed around the pipe up to the pipe springline. Backfill material conforming to
City specifications shall be placed and compacted as required. This item shall
include surface restoration and permanent pavement repair.
q. Bypass Pumping -The Contractor shall furnish and operate pumping equipment
and piping as required for bypass pumping necessary to complete any manhole
replacement or rehabilitation work .
D. MEASUREMENT AND PAYMENT
1. Frame and Cover Replacement: Payment for installation of new manhole frames
and covers shall be based on the Contract unit price and the actual quantity
installed. The Contract unit price shall be full payment for the new manhole frame
and cover , excavation , installation of the manhole frame and cover , minor grade
adjustment, backfill , and demolition and disposal of waste materials .
2 . Grade Ring Replacement: Payment for installation of new grade rings shall be
based on the Contract unit price and the actual quantity of new grade rings
installed. The Contract unit price shall be full payment for the new grade rings. All
costs for installing and sealing grade rings shall be included in the applicable
Contract unit price for seal ing of frame and grade rings.
3. Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole
frames and grade adjustment rings in paved areas shall be based on the Contract
unit price and the actual number of manholes where sealing of the manhole frame
and/or grade adjustments in paved are required. The Contract unit price shall be
full payment for excavation, pavement removal, sealing materials , installation of
grade rings, sealing, minor grade adjustment , backfill , and demolition and disposal
of waste materials .
4. Non-Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole
frames and grade adjustment rings in non-paved areas shall be based on the
Contract unit price and the actual number of manholes where sealing of the
manhole frame and/or grade adjustments in non-paved are required . The
Contract unit price shall be full payment for excavation , sealing materials,
installation of grade rings, sealing, minor grade adjustment , backfill , surface
restoration , and demolition and disposal of waste materials.
1012310a ASC-19
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
5. Interior Manhole Coating: Payment for interior manhole coating shall be based on
the Contract unit price where interior manhole coating is applied. The Contract
unit price shall be full payment for surface preparation, interior coating of the
corbel, wall and bench , and cleanup.
6. Pressure Grout Pipe Seals , Bench and Trough, and Lower Portion of Manhole:
Payment for grouting pipe seals, bench and trough, and lower portion of the
manhole shall be based upon the Contract unit price and the actual quantity of
manholes where pipe seals, bench and trough and lower portion of the manhole
were grouted. The Contract unit price shall be full payment for the preliminary
repairs, rehabilitating the pipe seals, grout material, installation of the grout
materials and cleanup.
7. Bench and Invert Rehabilitation~ Payment for bench and invert rehabilitation shall
be based upon the Contract unit price and the actual number of manholes where
the bench and invert were rehabilitated. The Contract unit price shall be full
payment for materials and bench and invert rehabilitation.
8. Bench and Invert Replacement: Payment for bench and invert replacement shall
be based upon the Contract unit price and the actual quantity of manholes where
the bench and invert were replaced. The Contract unit price shall be full payment
for materials , installation of materials, and demolition and disposal of waste
materials.
9. Patch Holes: Payment for patching holes shall be based upon the Contract unit
price and the actual number of manholes that were patched. The Contract unit
price shall be full payment for surface preparation, patching of the holes, and
cleanup. This item is allowed for payment only when it is included in the Manhole
Rehabilitation Schedule. Patching holes prior to interior coating of manholes is not
a pay item.
10. Manhole Step Removal: Payment for manhole step removal shall be based upon
the Contract unit price per manhole and the actual number of manholes that had
steps removed. The Contract unit price shall be full payment for removal and
disposal of the steps and patching of the voids created by step removal.
11. Watertight Manhole Insert: Payment for watertight manhole inserts of the
respective type shall be based upon the Contract unit price and the actual number
of inserts of each type installed. The Contract unit price shall be full payment for
the watertight manhole insert and installation of the insert in the manhole.
12. New Sanitary Sewer · Manhole: Payment shall be made as indicated in
Measurement and Payment, Section D-27 in these specifications. This item shall
include up to five (5) linear feet of new PVC pipe at each manhole pipe connection
and connecting to the existing sewer.
ASC-20
PART DA -ADDITIONAL SPECIAL CONDITIONS
13. Concrete Manhole Collars:
a.. Paved Areas. Payment for manhole collars in paved areas shall be based
on the Contract unit price and the actual quantity installed. The Contract
unit price shall be full payment for labor, materials, pavement sawing ,
excavating, disposal of waste materials. Payment shall not include
pavement replacement, which if required, shall be paid separately.
b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall
be based on the Contract unit price and the actual quantity installed. The
Contract unit price shall be full payment for labor , materials , excavation,
disposal of waste materials, and surface restoration.
14. Partial Manhole Replacement: Payment for partial manhole replacement shall be
based on the Contract unit price per vertical foot measured from the top of the
frame to the top of the structurally sound existing manhole. The Contract unit
price shall be full payment for furnishing all labor and materials necessary,
including excavation and removal of the existing structure, replacement of the
frame and cover, installation of new adjustment rings, flattop, corbel or wall
sections, sealing, backfilling, and unpaved surface restoration. Payment shall not
include pavement replacement, which if required , shall be paid separately.
15. Interior Corrosion Protection: Payment shall be made as indicated in
Measurement and Payment, Section DA-9 in these specifications .
16. Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole
wall joint shall be based upon the Contract unit price and the actual number of
joints grouted. The Contract unit price shall be full payment for all material, labor
and cleanup required to complete each joint grouting.
17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement
and Payment, Section DA-18 in these specifications.
18. PVC Lined Concrete Wall Reconstruction: Payment shall be made as indicated in
Measurement and Payment, Section DA-19 in these specifications.
19. Point Repair to Replace Sewer Line, 6" -15" Diameter: Payment for each point
repair shall be based upon the Contract unit price for each manhole connection
actually repaired. The Contract unit price shall be full payment for all material,
labor, and cleanup required to complete each manhole connection repair.
20. Flattop Replacement: Payment for each flattop replacement shall be based on the
Contract unit price for each flattop actually replaced. The Contract unit price shall
be payment in full for all labor, material , and cleanup required to complete each
flattop replacement. Payment for frame and cover replacement, grade rings,
sealing, and concrete manhole collar as required to complete the manhole
rehabilitation will be paid for separately at the applicable Contract Unit Prices.
10123/oa ASC-21
PART DA -ADDITIONAL SPECIAL CONDITIONS
21. Bypass Pumping : All bypass pumping shall be a subsidiary obligation of the
Contractor . All costs for bypass pumping shall be included in the Contract unit
price for the items requiring bypass pumping.
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION
A. GENERAL: This item shall govern the preparation of surfaces for manhole rehabilitation.
B. CLEANING:
1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous
material from entering the sewer system.
2. All concrete that is not sound or has been damaged by chemical exposure shall be
removed from the manhole. Loose and protruding brick, mortar and concrete shall
be removed using a masonry hammer and chisel and/or scrapers. Existing roots
and manhole steps shall be removed by cutting them flush with the wall of the
manhole.
3. All contaminates including but not limited to: oils, grease, waxes, form release,
curing compounds, efflorescence, sealers, salts, incompatible existing coatings, and
all other contaminants shall be removed.
4. Surfaces to receive protective coating shall be cleaned and abraded to produce a
sound concrete/brick surface with adequate profile and porosity to provide a strong
bond between the protective coating and the substrate . All foreign materials shall be
removed from the manhole interior using high pressure water spray (3500 psi to
4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water
pressure being used.
5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if
necessary, to remove dirt, oils, grease, and other matter which may prevent a good
bond of sealing material to the manhole surface. A mild chlorine solution
(household bleach) may be used to neutralize the surface to diminish microbiological
bacteria growth prior to final rinse and coating.
C. PRELIMINARY REPAIRS
1.
2.
3.
10/23108
All unsealed lifting holes, unsealed step holes, voids larger than approximately one-
half (1/2) inch in thickness shall be filled with patching compound at least one hour
(1) prior to application of the first spray coat.
Active leaks shall be stopped using City approved products specifically for that
purpose and according to manufacturer's recommendation. Some leaks may
require grouting to stop the inflow. Grouting shall be performed in accordance with
City specifications and Section DA-20 -PRESSURE GROUTING.
Bench area shall be built up if required to provide a uniform slope from the
circumferences to the manhole trough. City approved cementitious patching
compounds or epoxy grout as recommended by manufacture shall be used.
ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. After all repairs have been completed, all loose material shall be removed from the
manhole . Contractor shall insure no material is allowed to enter the sewer system .
5. Contractor shall ensure the manhole is clear of all detergents and cleaners and that
all active infiltration has been stopped prior to application of protective manhole
coatings for rehabilitation .
D. INSPECTION
Applicator shall carefully inspect all surfaces prior to application of protective coating and
shall notify Owner of any noticeable disparity in the surface which may interfere with the
proper performance of the repair mortar and protective coating.
E. MEASUREMENT AND PAYMENT
Payment for Surface Preparation shall be considered subsidiary to the cost for Interior
Manhole Coating or Protective Manhole Coating for Corrosion Protection.
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
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 on the Manhole Rehabilitation schedule. Interior manhole coating shall meet
the requirements of this section or of Section DA-13, DA-14 , DA-15 , DA-16 or DA-
17.
2. Description -The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of interior
coating of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations -Materials, mixture ratios , and procedures utilized
for the coating process shall be in accordance with manufacturers'
recommendations .
4. Manholes -Manholes to be coated are of brick, block, or concrete construction.
Some manholes may have a cementitious sprayed or trowelled on coating over the
original interior surface.
B. MATERIALS
1.
2.
10/23/08
Scope -This section governs the materials required for completion of interior coating
of manholes.
Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and
pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and
other selected ingredients, as manufactured by Standard Cement Materials. No
material (other than clean potable water) shall be used with or added to these
ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
standard products without prior approval or recommendation of the respective
manufacturer.
3. Material Identification -Contractor shall completely identify the types of grout, mortar,
patching compounds , sealant , and/or root control chemicals used and provide case
histories of successful use or defend the choice of grouting materials based on
chemical and physical properties, ease of application , and expected performance, to
the satisfaction of the Engineer.
4. Mixing and Handling -Mixing and handling of interior coating , which may be toxic
under certain conditions shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate protective measures to ensure
that materials are under control at all times and are not available to unauthorized
personnel or animals. All equipment shall be subject to the approval of the
Engineer. Only personnel thoroughly familiar with the handling and application of the
coating material shall perform the coating operations.
C. EXECUTION
10/23108
1. General -Manhole coating shall not be performed until replacement of manhole
covers , sealing of manhole frame and grade adjustments, partial manhole
replacement , or concrete collar construction 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. If ambient temperatures are in excess of 90°F, precautions shall be taken to
keep mixing water below 85°F, using ice if necessary.
3. Interior Manhole Coating
a. The interior coating shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough , including the bench/trough .
b. The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure .
1)
2)
The surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
REHABILITATION .
The surface prior to application shall be damp without noticeable free
water droplets or running water. Reliner MSP material shall be spray
applied (using a manufacturer approved machine) to a minimum
uniform thickness of 1-inch minimum. Troweling shall begin
immediately following the spray application. The trowelled surface
shall be smooth with no evidence of previous void areas.
ASC-24
PART DA -ADDITIONAL SPECIAL CONDITIONS
After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed with Reliner MSP material in such a
manner as to produce a bench having a gradual slope from the walls
to the invert with the wall/bench intersection built up and rounded to a
uniform radius for the full circumference of the intersection. The
thickness of the bench shall be no less than 1-inch at the invert and
shall increase in the direction of the wall so as to provide the required
slope.
3} The final application shall have a minimum of four (4) hours cure time
before being subjected to active flow. Ambient conditions in the
manhole are adequate for curing as long as the manhole is covered.
4} Traffic shall not be allowed over manholes for 24 hours after
reconstruction is complete.
4. 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.
b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material
shall be taken from each days work with the date, location and job recorded
on each. The cylinders shall be sent to a certified testing laboratory for
testing. A compression test will be made per ASTM C780 or ASTM C-10, as
recommended by the material manufacturer, and the results will be furnished
to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the top
of the corbel or flattop 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 all material testing necessary 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-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM
A. GENERAL
10/23108
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 the Manhole
Rehabilitation Schedule. Interior manhole coating shall meet the requirements of
this Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17.
ASC-25
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. · Description
The Contractor shall be responsible for the furnishing of all labor, supervision, materials,
equipment, and testing required for the completion of interior coating of manholes in
accordance with the Contract Documents.
3. Manufacturers Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturers' recommendations.
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. Some
manholes may have a cementitious sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
10/23/08
1. Scope
This section governs the materials required for completion of interior coating of
manholes.
2. Interior Coating
Quadex QM-1 s and Quadex Excel proprietary pre-blended cement based synthetic
granite (Donnafill) enhanced polypropylene fiber reinforced coatings as
manufactured by Quadex, Inc. No material (other than clean potable water) shall be
used with or added to Quadex QM-1 s or Quadex Excel without prior approval or
recommendation from Quadex, Inc.
3. Material Identification
Contractor shall completely identify the types of grout, mortar, patching compounds,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties, ease of application, and expected performance, to the satisfaction of the
Engineer.
4. Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under
control at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the coating
operations.
ASC-26
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
10123/08
1. General
Manhole coating shall not be performed until replacement of manhole covers,
sealing of manhole frame and grade adjustments. partial manhole replacement, or
concrete collar construction 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. If
ambient temperatures are in excess of 90°F, precautions shall be taken to keep
mixing water below 85°F, using ice if necessary.
3. Interior Manhole Coating
a. The interior coating shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough, including the bench/trough .
b. The interior coating shall be applied 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
REHABILIATATION.
2) The surface prior to application shall be damp without noticeable free
water droplets or running water. QM-1 s material shall be spray
applied (using a Quadex Model 900D application machine or
manufacturer approved equal) to a minimum uniform thickness of 1-
inch minimum. Troweling shall begin immediately following the spray
application. The trowelled surface shall be smooth with no evidence
of previous void areas.
3) The final application shall have a minimum of four (4) hours cure time
before being subjected to active flow. Ambient conditions in the
manhole are adequate for curing as long as the manhole is covered.
4) Traffic shall not be allowed over manholes for 12 hours after
reconstruction is complete.
4. 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.
ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. At least two 3-inch diameter x &-inch tall cylinders of the coating material
shall be taken from each days work with the date,. location and job recorded
on each. The cylinders shall be sent to a certified testing laboratory for
testing. A compression test will be made per ASTM C780, and the results
will be furnished to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot measured from the top
of the corbel or flattop 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 all material testing necessary to complete the work. Grouting, if necessary to stop
active leaks in manhole wall areas, 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 the
Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for
separately at the Contract Unit Price.
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL 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 on the
Manhole Rehabilitation Schedule. Interior manhole coating shall meet the
requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17.
2 . Description
The Contractor shall be responsible for the furnishing of all labor, 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) inch specialty cement-based coating material
(Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface .
B. MATERIALS
1. Scope
10/23/08 ASC-28
PART DA - ADDITIONAL SPECIAL CONDtTiONS
This section governs the materials required for completion of interior coating of
manholes.
�
2.
3.
4.
Interior Coating
The interior coating shail be a proprietary two component, 100 percent solids, rigid
polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc.
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 Materiais.
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:
Pronertv Standard
Tensile Strength ASTM D-638
Flexural Stress ASTM D-790
Flexural Modulus ASTM D-790
�
�
Mixing and Handling
Lona Term Value
5,000 psi
10,000 psi
550,000 psi
Mixing and handling of specialty cement material and interior coating material, which
may be toxic under certain conditions shall be in accordance with the
recommendations of the manufacturer and in such a manner as to minimize hazard
to pe�sonnel. It is the responsibility of the Contractor to provide appropriate
protective measures to ensure that materials are under control at all times and are
not available to unauthorized personnel or animals. All equipment shall be subject to
the approval of the Engineer. Only personnel thoroughly familiar with the handling of
the coating material shall perform the spray coating operations and coating
installations.
C.
EXECUTION
1. General
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 operatipn shaq be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
�
torzvos ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
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-1 s or Reliner MSP) smooth surface for the urethane
coating material.
4) Spray the urethane onto the manhole wall and bench/trough with a
minimum thickness of 125 mils (0 .125 inches). Thickness to be
verifiable through the use of methods acceptable to the Engineer.
5) Coat trough area with specialty cement product (Quadex QM-1 s 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
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials, equipment
and material testing required to complete the work. Grouting, if necessary, shall be
included in the above unit price. Grouting of the pipe seals, bench and trough, and lower
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
10123/08 ASC-30 .
PART DA -ADDITIONAL SPECIAL CONDITIONS
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, supervision,
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-1 s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface. ·
B. MATERIALS
10/23/08
1. Scope
This section governs the materials required for completion of interior coating of manholes.
2. Interior Coating
Raven Ultra High-Build epoxy Coating , a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405.
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-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.
ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
5. Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under
control at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Coating shall be
performed only by certified applicators approved by the manufacturers.
C. EXECUTION
10/23108
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments, partial manhole replacement, manhole grouting or sewer
replacemenVrepairs 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 bencMrough, including the
bencMrough.
b. The interior coating shall be installed in accordance with the manufacturer's'
recommendations and the following procedure.
1)
2)
3)
4)
The surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
RESTORATION.
Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1 s 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.
ASC-32
PART DA -ADDITIONAL SPECIAL CONDITIONS
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur in side the manhole within 24 hours after
application.
4. Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all visible pinholes shall be
repaired. Repairs shall be made by lightly abrading the surface and brushing
the lining material over the area. All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations. Spot
check of coating thickness may be made by Owner's Representative, and the
contractor shall repair these areas as required, at no additional cost to the
Owner.
b. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 -VACUUM TESTING OF REHABILITATED MANHOLES.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
testing necessary to complete the work. Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
A. GENERAL
This section prescribes the minimum standards for the safe and efficient rehabilitation of
sewer structures, utilizing Permacast with Epoxy Liner.
B. MATERIALS
10/23108
1. Leak Plugging
Leak Plugging of the same or greater strength than the Liner Mix and/or chemical
grouts may be used. If water pressures are severe, the contractor may drill relief
holes at the bottom of the manhole wall to concentrate the leaks before plugging.
2. Patching Mix
Voids which have not compromised the structure in its overall soundness must be
filled prior to lining with materials of the same · or greater strength than the Liner Mix.
ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Liner Mix
Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls
and Quadex Excel cement mortar, or approved equal, applied uniformly at a
minimum thickness of ~ inch. Liner Mixes shall attain strengths as follows:
Compressive ASTM C-109
Flexural ASTM C-295
Elasticity ASTM C-469
24HOURS
3500 psi
650 psi
180,000 psi
28DAYS
10,000 psi
800 psi
1,150,000 psi
It shall be delivered in factory prepared packaging suitable for mixing with just the addition of
clean water in the prescribed dosage. No additives shall be used at the site without prior
approval.
All visible leaks must be plugged prior to application of the cementitious liner with quick
setting, non-shrink hydraulic cement mortar.
C. EXECUTION
10/23/08
1. Mixing
The manufacture's published technical specifications and directions for proportioning
and mixing shall be strictly followed by the certified applicator.
2. Equipment
Equipment shall be as recommended by the manufacturer to ensure proper mixing
and pumping of the mortar and shall be clean and in good working order according
to the manufacture's published recommendations for safe operation. Only factory
certified workers shall operate with a controllable retrieval method shall be used to
produce a uniform and dense application without the need to trowel which can
weaken the mortar.
3. Application
Once prepared , the application shall commence , in accord with the manufacturer's
recommended procedures and in the presence of the owner's inspector in a single
application to the prescribed thickness (1/2 inch or greater) without delay or
interruption in order to produce a uniform and monolithic liner. Multiple layers with
time between for drying are not allowed . Once completed , the manhole shall be
covered to prevent air drying.
4. Testing & Verification
Testing of rehabilitated manholes for water tightness shall be performed by the
Contractor after operations are complete in accordance with Section DA-21.
ASC-34
PART DA -ADDITIONAL SPECIAL CONDITIONS
The owner's inspector shall verify the thickness with a wet gauge. Any area found to
less than the minimum prescribed thickness shall result in the minimum prescribed
thickness shall result in the immediate relining of the entire interior.
Two test cubes shall be made from each day's mix and tested for strength
verification.
D. CORROSION PREVENTION
1. Preparation & Procedure
The liner shall be applied to the prepared interior as specified in proceeding sections
at ~ inch thickness.
2 Protective Coating
The protective coating shall be a 100% solids epoxy with no volatile organic
compounds and white in color to optimize visual inspection .
Minimum physical properties shall be:
Hardness
Tensile Strength
Compressive Strength
Flexural Strength
ASTM 0-2240
ASTM 0-63860
ASTM D-69544
ASTM D-79058T
65Shore D
10,000 psi
15,000 psi
1,000 psi
It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before
new bacterial growth can contaminate the underlying mortar. It shall have a
minimum thickness of 125 mils and shall not run or sag during placement.
3. Safety
If personnel are required to enter the confined space during the application
procedure, each and all OSHA requirements as well as those required by the
manufacturer's material safety data sheets shall be complied with fully.
4. Testing & Verification
The interior shall be visually inspected for thoroughness of coverage. When dry to
the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at
the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies
shall be immediately corrected and retested.
E. MEASUREMENT AND PAYMENT
10123/08
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
testing necessary to complete the work. Payment for grouting of pipe seals, bench and
ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-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 in the Manhole Rehabilitation Schedule, listed in Part 1. Interior
manhole coating shall meet the requirements of this Section or of Section DA-12,
DA-13, DA-14, DA-15 or DA-16.
2. Description. The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
interior coating of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations. Materials, mixture ratios, and procedures
utilized for the coating process shall be in accordance with manufacturers
recommendations.
4. Manholes. Manholes to be coated are of brick, block, or concrete construction.
Some manholes may have a cementitious sprayed or trowelled-on coating over the
original interior surface.
B. MATERIALS
1.
2.
3.
4.
10/23108
Scope. This section governs the materials required for completion of interior
coating of manholes.
Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based ,
fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff,
AR. No material (other than clean potable water) shall be used with or added to
Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal
Systems.
Material Identification. Contractor shall completely identify the types of grout,
mortar, patching compounds, sealant, and/or root control chemicals used and
provide case histories of successful use or defend the choice of grouting materials
based on chemical and physical properties, ease of application, and expected
performance, to the satisfaction of the Engineer.
Mixing and Handling. Mixing and handling of interior coating, which may be toxic
under certain conditions, shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate protective measures to
ensure that materials are under control at all times and are not available to
unauthorized personnel or animals . All equipment shall be subject to the approval
of the Engineer. Only personnel thoroughly familiar with the handling of the coating
material shall perform the coating operations.
ASC-36
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION:
10/23/08
1. General. Manhole coating shall not be performed until replacement of manhole
covers, sealing of manhole frame and grade adjustments, partial manhole
replacement, or concrete collar construction is complete.
2. Preliminary Repairs
a) All foreign materials shall removed from the manhole interior using high
pressure water spray (minimum 3500 psi). Loose and protruding brick,
mortar, and concrete shall be removed using a masonry hammer and
chisel and/or scrapers. Existing roots and manhole steps shall be removed
by cutting them 1" below the surface of the manhole.
b) All unsealed lifting holes, unsealed step holes, voids larger than
approximately one-half (1/2) inch in thickness shall be filled with rapid-
setting, trowel-applied patching compound prior to spray application of the
MS-2A coating.
c) Active leaks shall be stopped using rapid-setting hydraulic cement products
specifically for that purpose and according to manufacturer's
recommendation. Some leaks may require grouting to stop the inflow.
Grouting shall be performed in accordance with Section DA-20. Contact
Strong-Seal Systems for grouting recommendations.
d) After all repairs have been completed, remove all loose material.
3. Temperature. Normal interior coating operation shall be performed at
temperatures of 40 Degrees F or greater. No application shall be made when
freezing is expected within 24 hours. If ambient temperatures are in excess of 90
Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F,
using ice if necessary.
4. Interior Manhole Coating
a) The interior coating shall be applied to the manhole from the top of the
bench/trough to the top of the corbel or flattop, including the bench/trough.
b) The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure.
(1)
(2)
The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pressure
water spray (minimum 3500 psi).
Place covers over invert to prevent extraneous material from
entering the sewer.
ASC-37
PART DA -ADDITIONAL SPECIAL CONDITIONS
(3) The surface prior to application shall be damp without noticeable
free water droplets or running water. MS-2A material shall be spray
applied (using a manufacturer approved application machine) to a
uniform thickness of 1" minimum. Troweling shall begin immediately
following the spray application. The trowelled surface shall be
smooth with no evidence of previous void areas.
(4) The application shall have a minimum of four hours (4) cure time
before being subjected to active normal flows. Ambient conditions in
the manhole are adequate for curing as long as the manhole is
covered.
(5) Traffic shall not be allowed over manholes for 12 hours after
reconstruction is complete.
5. Testing of Rehabilitated Manholes
a) Testing of rehabilitated manholes for water-tightness shall be performed by
the contractor after operations are complete in accordance with Section
DA-21.
b) At least four (4) 2-inch cubes of the coating material shall be taken from
each day's work with the date, location and job recorded on each . The
cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A
compression test will be made according to ASTM C-109, and the results
will be furnished to the engineer and the owner.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per each manhole coated. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials , equipment and material testing necessary to complete the
work. Grouting , if necessary to stop active leaks in manhole well areas, 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 the Manhole Rehabilitation Work Schedule or required
to be done by the Engineer, shall be paid for separately.
D~20PRESSUREGROUTING
A. GENERAL
10/23/08
1. Scope. This Section governs all work, materials and testing required for the
pressure grouting of manhole defects. Manholes or sections of manholes with active
leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule.
2. Description.:. The Contractor shall be responsible for the furnishing of all labor,
supervision, materials , equipment, and testing required for the completion of
pressure grouting of manhole defects in accordance with the Contract Documents.
ASC-38
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and
procedures utilized for the grouting process shall be in accordance with
manufacturer's recommendations.
4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction.
A. MATERIALS
10/23108
1. Grouting Materials:
a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 561 O gel or
equal shall be a hydrophilic polymer. The chemical shall be mixed within the
range of from 8 to 1 O parts of water and shall contain a reinforcing agent
supplied by the same manufacturer. The material shall gel and cure to a
tough flexible elastomeric condition. When wet, the gel shall exhibit strength
properties of at least 25 psi tensile at 150 percent elongation. The material
shall not change in linear dimension more than eight percent when subjected
to wet and dry cycles.
b. The chemical grout shall be applied so as to have the grout material flow
freely into the defects. To avoid any wastage of the material flowing through
the defects, a gel control agent may be added. The following properties shall
be exhibited by the grout:
a.
1) Documented service of satisfactory performance in similar usage.
2) Controllable reaction times and shrinkage through the use of
chemicals supplied by the same manufacturer. The minimum gel set
time shall be established so that adequate grout travel is achieved.
3) Resistance to chemicals; resistant to most organic solvents, mild
acids and alkali.
4) Compressive recovery return to original shape after repeated
deformation.
5) The chemical shall be essentially non-toxic in a cured form.
6) Sealing material shall not be rigid or brittle when subjected to dry
atmosphere. The material shall be able to withstand freeze/thaw and
moving load conditions.
7) Sealing material shall be noncorrosive.
A reinforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or
equivalent shall be utilized in accordance with manufacturer's
recommendations. Any 5612 reinforcing agent which contains lumps must
be discarded. Care must be taken to be sure that the pH of the water in the
tank is from 5 to 9. As a precaution against the possibility of the pH being
outside this range, take a small amount of water from the tank to which Gel
Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test
ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse
readily. If precipitation occurs, drain the tank and retest. Repeat as
necessary until dispersion occurs. If dispersion does not occur, do not use
the water source.
b. A filler material such as Celite 292 (diatomaceous earth) from Johns
Mansville or equivalent shall be utilized. The addition of the filler material
shall not exceed the quantity specified by the manufacturer, and continuous
agitation of the water side of the mixture is required. The filler material may
also be utilized as a reinforcing agent in accordance with the urethane gel
grout manufacturer's recommendations.
1. Additives: Grout additions may be utilized for catalyzing the gel reaction, inhibiting
the gel reaction, buffering the solution, lowering the freezing temperature of the
solution, acting as a filler, providing strength or for inhibition of root growth.
2. Root Control: A root inhibiting chemical such as dichlobenil shall be added to the
chemical grout mixture at a safe level of concentration and shall have the ability to
remain active within the grout for a minimum of 12 months.
3. Material Identification: Contractor shall completely identify the types of grout, mortar,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties, ease of application, and expected performance, to the satisfaction of the
Engineer.
4. Mixing and Handling: Mixing and handling of chemical grout and forming
constituents, which may be toxic under certain conditions shall be in accordance with
the recommendations of the manufacturer and in such a manner as to minimize
hazard to personnel. It is the responsibility of the Contractor to provide appropriate
protective measures to ensure that chemicals or gels produced by the chemicals are
under control at all times and are not available to unauthorized personnel or animals.
All equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the grout material and additives shall perform
the grouting operations .
C. EXECUTION
10/23/08
1. General. Manhole grouting shall not be performed until sealing of manhole frame
and grade adjustments, partial manhole replacement, or manhole repairs are
complete.
2. Preliminary Repairs:
a. Seal all unsealed lifting holes, unsealed step holes, voids larger than
approximately one-half (1/2) inch in thickness. All cracked or deteriorated
material shall be removed from the area to be patched and replaced with
Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance
with manufacturer's specifications.
ASC-40
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. Cut and trim all roots within the manhole.
3. Temperature.:. Normal grouting operations including application of interior coating
shall be performed in accordance with manufacturer's recommendations.
4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe
seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the
manhole designated to be grouted will be directed by the Engineer. If entire
manhole is scheduled for grouting, grouting shall include the entire manhole
including corbel, wall, pipe seals and bench/trough. Pipe seal grouting shall include
all pipe seals in the specified manhole and grouting of the specified manhole
including the bench/trough to the maximum height of 18 inches from the crown.
5. Drilling and Injection:
a. Injection holes shall be drilled through the manhole wall at locations indicated
in the appropriate detail(s).
b. Grout shall be injected through the holes under pressure with a suitable
probe. Injection pressure shall not cause damage to the manhole structure
or surrounding surface features. Grout shall be injected through the lowest
holes first. The procedure shall be repeated until the manhole is externally
sealed with grout.
c. Grouting from the ground surface shall not be allowed.
d. Grout travel shall be verified by observation of grout to defects or adjacent
injection holes. Provide additional injection holes, if necessary, to ensure
grout travel.
e. Injection holes shall be cleaned with a drill and patched with a waterproof
quick setting mortar for brick and concrete manholes.
6. Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water
tightness shall be performed by the Contractor in the presence of the Engineer in
accordance with the requirement of Section DA-21, VACUUM TESTING OF
REHABILITATED MANHOLES of these specifications.
D. MEASUREMENT AND PAYMENT
If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as
indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by
the Engineer.
Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and
grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole
rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be
payment in full for performing the work and for furnishing all labor, supervision, materials,
equipment, preliminary repairs and testing necessary to complete the work including grouting with
urethane grout.
10/23/08 ASC-41
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES
A. GENERAL
Scope. This section describes manhole testing to effectively confirm the watertight integrity of
existing manholes following structural ,infiltration and inflow related repairs and that the appearance
of the work is acceptable.
Description:
Infiltration may be observed in manhole defects at manhole walls, pipe seals or bench/trough areas.
Infiltration related repairs are intended to eliminate leakage of groundwater into manholes.
Inflow may be observed in manhole defects at manhole frames, covers, frame seals , grade
adjustments, grade adjustment seals, corbels, or walls. Inflow related repairs are intended to
eliminate sources of surface water entry that become active during rainfall events.
Structural repairs may be required when making 1/1 related manhole repairs . Structural repairs may
include defects in any manhole components but not displaying 1n.
Testing , Observations and Guarantee Periods :
The testing required shall be performed by the Contractor at locations designated by the Engineer
and documented to the satisfaction of the Engineer.
Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods
of high groundwater or during inflow conditions shall be subject to additional repairs . The Contractor
shall be responsible for all additional repairs required on these unsatisfactory manholes during the
guarantee period.
All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship
for a minimum of three (3) years from the date of final acceptance of the project. Any manhole
repairs completed by the Contractor which fail during the warranty period shall be repaired to the
satisfaction of the City at no additional cost to the City.
B. MATERIALS -Not specified.
C . EXECUTION
Infiltration Testing~
All interior coated manholes and all partial replacement manholes shall be observed (tested) by the
Contractor in the presence of the Engineer for sources of infiltration. Observations will be made
during high groundwater conditions , wherever possible.
Manholes shall be tested after installation with all connections (existing and/or proposed) in place.
Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering
the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn
into the manhole . The plugs shall be installed in the lines beyond drop-connections, gas sealing
1012310s ASC-42
PART DA -ADDITIONAL SPECIAL CONDITIONS
connections, etc . The test head shall be placed inside the frame at the top of the manhole (so that
the manhole frame seal is tested) and inflated in accordance with the manufacturer's
recommendations. A vacuum of 1 O inches of mercury shall be drawn, and the vacuum pump will be
turned off. With the valve closed, the level of vacuum shall be read after the required test time. If
the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury),
the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be
removed. The required test time is determined from Table I.
Table I .
MINIMUM TIME REQUIRED FOR A VACUUM DROP
OF 1 11 H9 (10 11 H9 -9"H9 ) (SEC)
DEPTH OF M.H . 48-lnch Dia . 60-lnch Dia.
(FT.) Manhole Manhole
8 20sec. 26 sec.
10 25 sec. 33 sec.
12 30 sec. 39 sec .
14 35 sec . 45 sec.
16 40sec. 52 sec .
18 45 sec. 59sec. .... T=5 sec. T=6.5 sec.
72-lnch Dia .
Manhole
33sec.
41 sec .
49sec.
57 sec.
67sec.
73sec .
T=8 sec.
**For all Manholes over 18 feet in depth, add "T 11 seconds as shown for each respective diameter
for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example:
A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75 .0 seconds.
45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85).
Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9-
inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor
shall make the necessary repairs to the already completed rehabilitation work at no additional
compensation . If the failure of the vacuum test is determined to be due to preexisting conditions not
on the manhole rehabilitation schedule for that manhole , this additional work may be authorized by
the Owner's Representative. After completion of the additional rehabilitation the manhole shall then
be re-tested as described above until a successful test is made. Only one payment for manhole
vacuum testing will be made on each manhole .
Vacuum testing is required on all manholes having interior rehabilitation.
Inflow Testing:
All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully
passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer.
The dye test shall consist of applying a concentrated dye solution around the manhole frame . Dyed
water shall be applied for at least ten minutes.
Manholes observed to be actively leaking greater than one drip per five seconds will have failed the
test and will not be acceptable . Manholes failing the test will require additional rehabilitation by the
Contractor at no additional compensation.
Other Testing:
1012 3/08 ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory selected by
the City will take core samples of wall sections of manholes with wall coatings. Testing of the core
samples will be done to evaluate material thickness , compressive strength , flexural strength and
slant shear bond strength . The following are the minimum required strengths for cementitious and
non-cementitious wall coatings:
Compress ive Strength. Compress ive strength shall conform to ASTM C 495 and C 109 and shall
meet or exceed a minimum 2 8-day break of 4,000 p s i.
Flexural Strength. Flexural s trength shall conform to ASTM C 348 and shall meet or exceed a
minimum 2 8-day break of 1,200 p s i.
Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and
shall meet or exceed a minimum 28-day break of 2,400 p s i .
If the manhole tested fail s to p ass any of these requirements, another manhole shall be selected and
tested. If the second manhole fails , the City may, at its option, stop work until the Contractor can
prov ide assurance that testing requirements can be met.
Guarantee:
Contractor shall warrant that the workmanship and materials are free from defects and that the
manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final
acceptance of the project.
D. MEASUREMENT AND PAYMENT
Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole
Vacuum Test actually performed and passed and the appearance of the completed manhole is
visually acceptable. Payment shall be full compensation for all labor and materials necessary to
complete each test. No payment will be made for additional vacuum tests or any dyed water
testing.
Payment for manhole core testing, including all labor and materials necessary to complete each
test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed
and passed.
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes
and water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observation and marking activity. In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure.
10/23108 ASC-44
PART DA -ADDITIONAL SPECIAL CONDITIONS
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly. The following are utility contact
persons:
Company
Fort Worth Water Dept.
ATMOS Gas
TXU Electric
SWBT
Charter Communications
Fort Worth Transportation and Public Works
For other facilities
Telephone Number
817-392-8296
1-866-332-8667
1-800-242-9113
1-800-395-0440
817-246-5538
817-392-6594
1-800-DIG-TESS
Of course, under the terms of this contract, the contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site. For
specifications governing this item see Item No. 104 ·Removing Old Concrete", Item No. 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No.
S-S5 of the Standard Specifications.
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the work.
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material
that shows surface deterioration and/or complete failure. The Engineer will identify these areas
upon which time the contractor will begin work. The failed area shall be saw cut, or other similar
means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut
vertically and all failed and loose material excavated. As a part of the excavation process, all
unsatisfactory base material shall be removed, if required, to a depth sufficient to obtain stable
10/23/08 ASC-45
PART DA -ADDITIONAL SPECIAL CONDITIONS
sub-base. The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth . The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site, the same day as excavated, to a suitable dump site .
After satisfactory completion of removal as outl ined above , the contractor shall place the
permanent pavement patch, with uType D" surface mix. This item will always be used even if no
base improvements are required. The proposed H.M.A.C. repair shall match the existing
pavement section or the depth of the failed material , whichever is greater. However, the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C . pavement thickness
will not exceed 6". Before the patch layers are applied , any loose material, mud and/or water shall
be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth , made in
preparation to accept the recycling process .
All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils , and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work.
The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work.
DA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer. The material shall be graded crushed stones.
For specifications governing this item see Item No. 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work.
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE {UTILITY CUT)
The following specifications are for the furnishing and placing of reinforced concrete pavement or
base as shown on detail and as directed by the Engineer.
A. GENERAL:
Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except
for finishing and curing.
B. FINISHING :
The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The
surface shall be flush with the adjacent pavement and shall have a finish similar to the
surrounding pavement. The surface shall be even and shall provide a smooth ride.
C. CURING:
10/23/08 ASC-46
PART DA -ADDITIONAL SPECIAL CONDITIONS
The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing
compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented
compound, which shall not produce permanent discoloration of the concrete. Concrete shall be
allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades.
D. EXECUTION:
Included in this item will be the removal of the existing reinforced concrete pavement. The
existing pavement shall be sawed so as to maintain an even, straight pavement cut. The
existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the
new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before
lapping.
The following work method will be performed on each utility cut:
1. Place safety signs, barricades and/or other warning devices where necessary and as
required.
2. Replace pavement to nearest joint.
3. Mark out the damaged area with keel, chalk line or 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.
8. Clean up job site, removing all debris.
9. Maintain traffic control devices to protect the area until the concrete has cured seven days or
concrete reaches 3000 psi compressive strength.
E. PAYMENT:
Payment shall be made at the unit price per linear foot as shown on the proposal and shall be
full compensation for furnishing all labor, materials, equipment tools and incidentals necessary
to complete the work.
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
Where known by the design engineer, the locations of potentially petroleum contaminated
material (soil) that may be encountered during excavation and/or construction activities will
be shown on the plans. For all locations where material is excavated and suspected of
1012310a ASC-47
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
being contaminated with petroleum products, whether known or not, these special
conditions are to be followed. The contractor is also to follow all applicable Federal. State
and Local regulations when handling known or suspect contaminated materials (soils).
1. WORK INCLUDED
a. Excavation, stockpili,ng and testing of Potentially Petroleum Contaminated Material.
b. Removal , testing, and disposal of petroleum contaminated groundwater.
c. Obtaining and paying for required permits.
d. Hiring of qualified environmental professional consultant(s). Contractor will be
required to submit the environmental consultant's experience and qualifications to
the City prior to beginning work in areas of Potentially Petroleum Contaminated
Material.
e. Hiring of qualified environmental sampling professionals that will collect and submit
samples to the applicable City of Fort Worth testing laboratory. The City of Fort
Worth's Department of Environmental Management for coordination of laboratory
testing .
2. REFERENCES
a. All applicable OSHA regulatory requirements.
b. All applicable Environmental Protection Agency (EPA) regulatory requirements.
c. All applicable State of Texas regulatory requirements.
d. All applicable City of Fort Worth (City) regulatory requirements.
e. All applicable NIOSH standards.
f. All applicable TNRCC requirements.
3. SUBMITT ALS
a. The contractor shall prepare and submit to the City's Department of Environmental
Management, Senior Specialist in Compliance , plans for handling Potentially
Petroleum Contaminated Material (PPCM) not less than 30 days prior to
commencing excavation.
b. The Contractor shall take necessary precautions while performing this project.
Contractor shall not commence PPCM work (1) Contractor's submittal for dealing
with PPCM is reviewed by the City and (2) the plans (i.e., drawing and description)
for discharging any treated liquid into the storm sewer or sanitary sewer are
reviewed by the City (3) and acceptable stockpile area is identified by the Contractor.
c. Contractor shall submit the name of his proposed qualified environmental
professional consultant(s) and proposed PPCM Handling Plan to the City. The
PPCM Handling Plan shall include the detailed sequence of construction inc luding
proposed excavation and handling methods, proposed carriers for contaminated
ASC-48
PART DA -ADDITIONAL SPECIAL CONDITIONS
materials, waste disposal site, and a list of any permits that may be required for
PPCM handling or contaminated materials disposal. The above data must be
compiled and arranged in a format that is acceptable to the Texas Natural Resource
Conservation Commission (TNRCC).
d. Contractor shall submit actual limits of PPCM excavation, as prepared by his
qualified environmental consultant(s) and testing lab.
e. Contractor shall submit for review the proposed carrier pipe material to be used with
the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating
or liner.
8. PRODUCTS:
1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation,
including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration.
C. EXECUTION:
10/23108
1. POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Areas suspected of having petroleum contaminated material (soils) are shown in on
the engineering drawings.
b. In areas other than those noted on the plans and where potentially petroleum
contaminated materials are either detected or suspected, the City of Fort Worth and
the Engineer should be notified immediately and the work should proceed in
accordance with this section.
2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Care should be taken during all excavation and dewatering activities to identify areas
potentially contaminated by petroleum.
b. When a petroleum odor is encountered during excavation or when there is visual
evidence of potentially petroleum contaminated soil, the Contractor shall notify the
Engineer without delay.
c. The Contractor shall have retained the services of an environmental consultant who
shall be present at the site to screen suspect soil with a photo-ionization detector
(PID) or a flame ionization detector (FID). A reading of 20 ppm above ambient
conditions or greater on PIO or FID tested soil sample will be considered potentially
petroleum contaminated. The soul sample should be a recent sample from the
excavation face. The sample should be stored in a laboratory supplied glass jar with
a teflon gasket lined lid. The City of Fort Worth Department of Environmental
Management will be notified prior to all sample collection and submittal to the current
testing laboratory identified by the City. The PIO or FID tests should be performed in
a confined location. Soils producing a reading of less than 20 ppm above ambient
will not be considered potentially petroleum contaminated. The PIO or FID shall be
calibrated according to manufactures instructions.
ASC-49
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
d. Water encountered during excavation or dewatering shall be considered to be
potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil
that appears visually to be contaminated by hydrocarbons or at any time the
Contractor has reason to believe that hydrocarbon contamination may have
occurred. The Contractor shall immediately notify the City and the TNRCC
whenever contaminated water is encountered.
a. The Contractor shall contact the City whenever contamination from any source is
suspected.
3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS)
a. Contractor shall coordinate with the City to determine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site:
1. Provide a diked enclosure large enough to hold all material and prevent runoff.
2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the
existing soil.
3. At the end of each work day, Contractor shall completely cover stockpile with 20
mil plastic. During the day, the Contractor shall keep the stockpile covered, as
necessary, to prevent release of contaminated materials due to rain or wind.
4. Sampling and evaluation of materials will be performed at the Contractor's
expense. (The City of Fort Worth will provide laboratory services)
b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures
and sampling preservation and analyses shall conform to published and recognized
standards.
c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total
Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and
Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort
Worth Department of Environmental Management.
d. Contaminated soil identified by test results will be disposed of according to DA-36,
Loading, Transportation, and Disposal of Contaminated Soil.
e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as
backfill material, if the soils also meet the Type C or B backfill classifications.
4. HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW)
a. Water pumped from the excavation or from dewatering activities that has an oily
sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially
petroleum contaminated.
b. PPCW shall be handled, tested, and discharged in accordance with the TNRCC's
appropriate state regulation. PPCW shall be tested no later than 15 days prior to
extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water
separator, air stripper or GAC canisters. Contractor shall have his testing laboratory
ASC-50
PART DA -ADDITIONAL SPECIAL CONDITIONS
determine that the oil/water separator treated discharge is within the limits
established by the TNRCC's regulations before being allowed to discharge
(discharge to sanitary sewer). Contractor shall be responsible for furnishing the
effluent test reports to the City.
c. Alternatively, the Contractor may dispose of contaminated water, after appropriate
pretreatment, into the sanitary sewer collection system. It shall be the responsibility
of the Contractor to obtain the necessary permit(s) and to perform all testing
required by the City of Fort Worth Pretreatment Services Division.
d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled,
and analyzed before discharge into the sewer system.
e. The product that is recovered shall be disposed of in accordance with all applicable
regulations . Any phase separate product recovered from the oil/water separator and
air stripper shall be transported in accordance with Department of Transportation
rules and regulations for flammable products. When transporting product for
disposal, transportation shall also be performed by a licensed carrier. The
Contractor is responsible for proper manifesting of the material from the site to the
waste disposal facility. Completed Manifests shall be returned to the City
Department of Environmental Management within 90 days of shipment.
5. HANDLING VAPOR CONCENTRATIONS
a. In order to maintain safe working conditions , the vapor concentrations should not
exceed 20 percent of the Lower Explosive Limit (LEL). During construction,
measures should be taken to maintain LEL levels below 20 percent in all working
areas.
b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a
LEU02 meter should continuously operate in the working area. The CGI should be
properly calibrated and should have an alarm that sounds if 20 percent LEL is
reached. Monitoring data from the GCI should be recorded periodically to determine
if ventilation or other methods are effective. In the event local health and safety
agencies require more stringent monitoring, the local regulations must be
implemented.
D. MEASUREMENT AND PAYMENT:
10/23/08
Payment for handling PPCS, PPCW and Vapor Concentrations, obtaining and paying for
any permits required, hiring the services of a qualified professional environmental
consultant(s), environmental issues, stockpiling and all issues included and incidental to this
section will be full compensation for all labor, equipment, materials , and supervision.
Measurement and Payment for this section will be per linear foot of trench excavated where
the excavated material is handled as a contaminated material. No separate payment will be
made for handling of contaminated water, vapor concentrations, sampling , stockpiling, etc.
ASC-51
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
A. GENERAL:
This item has been established for the loading, transportation and disposal of contaminated
soils in a State of Texas approved disposal site (landfill) to handle special wastes
(petroleum contaminated soils). A bid item has been established in the proposal for the
proper loading, transportation and disposal of the material to a designated site and the
quantity established is the engineers best estimate of the quantity that may be removed.
This quantity may vary depending upon actual conditions and testing results . The unit
price bid will not be increased regardless of the actual amount of material disposed and
may be decreased if a larger volume of material , than that listed in the bid proposal ,
results in a unit cost reduction for disposal.
B. WASTE MANIFESTS:
Any and all non -hazardous liquid and petroleum substance waste removed from the site
of generation and transported for treatment and/or disposal must be accompanied by a
waste shipment record/manifest detailing required generator, transported, destination
and waste description information. These results may not be uniform throughout the
entire site. For all petroleum substance waste, the waste shipment record utilized shall
be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form TWC-0332).
The Contractor shall be responsible for obtaining , originating and maintaining manifests
in accordance with federal and state laws. The Contractor shall sign the manifests
forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR
REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN
CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND
SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount
of waste removed from the site and received by the treatmenVdisposal facility. The
Contractor shall immediately resolve any manifest discrepancies. Completed Manifests
shall be returned to the City Department of Environmental Management within 90 days
of shipment.
C . MEASUREMENT AND PAYMENT:
10/23/08
Payment for this item shall be made per in place cubic yard of contaminated soils that
are loaded , transported and disposed of in an approved special disposal site. No
separate payment will be made for loading, transportation and disposal of contaminated
ground waters collected; these costs considered subsidiary to DA-37, POTENTIALLY
PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be
included in the Contractor's bid submittal and approved by the City of Fort Worth
Department of Environmental Management prior to contract award. Contractor shall be
responsible for all landfill costs, including, but not limited to landfill fees, transportation
costs and landfill operator requested analytical testing and waste characterization.
ASC -52
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC
A. GENERAL:
1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 -
General Requirements and the North Central Texas Council of Governments
(NCTCOG) Standard Specifications, are hereby made a part of this section.
2. This item shall govern for the installation of rock riprap of the various sizes shown on
the plans.
B. DESIGN CRITERIA:
1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the
channel bottom is not stable, the design shall incorporate other requirements needed
to stabilize the revetment toe.
2. The channel side slope shall be as shown on the drawings.
3. Engineering filter fabric material shall be placed underneath the riprap.
4. Riprap shall extend up the bank to an elevation where vegetation will provide
adequate protection. See cross sections.
C. PRODUCT:
10/23108
1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to
insure permanence in the structure. It shall be free from cracks, seams and other
defects that would tend to increase deterioration. Rock shall be reasonably well
graded between the following prescribed limits:
24"
Riprap
18"
Riprap
Sieve Size
(Square Mesh)
24 inch
18 inch
12 inch
6inch
Sieve Size
(Square Mesh)
18 inch
12 inch
6inch
3inch
Percent Passing
100
80-90
45-55
0-20
Percent Passing
100
6Q-85
15-45
0-15
2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid
cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry).
3. FIL TEA FABRIC BLANKET:
ASC-53
PART DA -ADDITIONAL SPECIAL CONDITIONS
Approved Manufacturer: • Supac -Heavy Grade BNP (UV)
• Trevira 011/280
• Amoco 4553
• or Equal Heavy Grade
4 . RIPRAP GROUTING
a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand,
manufactured sand, or a combination of natural and manufactured sands. The
grading and uniformity of the fine aggregate shall conform to the following
requirements as delivered to the mixers:
Sieve Designation, U.S.
Standard Square Mesh
3/8 in. (9.5 mm)
No. 4 (4 .75 mm)
No. 8 (2.36 mm)
No. 16 (1.18 mm)
No. 30 (600 um)
No. 50 (300 um)
No. 100 (150 um)
Permissible Limits
Percent by Weight. Passing
100
95-100
80-95
55-75
30-60
12-30
2 -10
D. EXECUTION:
10123/08
1. CONSTRUCTION:
a. The channel side slope and the toe excavation shall be prepared to the required
lines and grades.
b. Filter fabric and riprap shall be placed in succession to the required thicknesses
and elevations. Riprap shall be hand placed around structures to prevent damage
to the structures.
2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be
placed in the manner and at the locations shown on the drawings. At the time of
installation, the geotextile shall be rejected if it has defects, rips , holes, flaws,
deterioration or damage incurred during manufacture, transportation or storage. The
surface to receive the geotextile shall be prepared to a relatively smooth condition free
of obstructions, depressions, debris, and soft or low density pockets of material.
Erosion features such as rills, gullies, etc. must be graded out of the surface before
geotextile placement. The geotextile shall be placed with the long dimension
perpendicular to the centerline of the channel and laid smooth and free of tension,
stress, folds, wrinkles, or creases. The strips shall be placed to provide a minimum
width of 24-inches of overlap for each joint. Temporary pinning of the textile to help
hold it in place until the rock riprap is placed. The temporary pins shall be removed as
the riprap is placed to relieve high tensile stress which may occur during placement of
material on the geotextile. The specified placement procedure requires that the length
of the geotextile be greater than the actual slope length. The Contractor shall adjust
the actual length of the geotextile used based on initial installation experience. The
geotextile shall be protected at all times during construction from contamination by
ASC-54
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
surface runoff and any geotextile so contaminated shall be removed and replaced with
uncontaminated geotextile. Any geotextile damaged during its installation or during
placement of riprap shall be replaced by the Contractor at no cost to the Owner. The
work shall be scheduled so that the covering of the geotextile with a layer of the
specified material is accomplished within seven (7) calendar days after placement of
the geotextile. Failure to comply shall require replacement of geotextile. The
geotextile shall be protected from damage prior to and during the placement of rock
riprap. Before placement of gabion units, the Contractor shall demonstrate that the
placement technique will prevent damage to the geotextile. In no case shall any type
of equipment be allowed on the unprotected geotextile.
3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in
such a manner as to produce a reasonably well graded mass of rock with the
minimum practicable percentage of voids and shall be constructed within the specified
tolerance to the lines and grades shown on the drawings. Then intent of these
specifications is to require placement of riprap to the thickness shown and to allow
isolated stones to extend as much as six inches above grade. Riprap shall be placed
to its full course thickness at one operation and in such a manner as to avoid
displacing the fabric. The larger stones shall be well distributed and the entire mass
of stones in their final position shall conform to the gradation specified hereinbefore.
The finished riprap shall be free from objectionable pockets of small stones and
clusters of larger stones. The desired distribution of the various sizes of stones
throughout the mass shall be obtained by selective loading of the material at the
quarry or other source, by controlled dumping of successive loads during final placing,
or by other methods of placement which will produce the specified results.
Rearranging of individual stones, by mechanical equipment or by hand will be required
to the · extent necessary to obtain a reasonably well graded distribution of stone
specified above. The Contractor shall maintain the riprap protection until accepted.
Any material displaced by any cause shall be replaced at his erosion to the lines and
grades shown on the Drawings.
4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining
admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of
sand, sufficient water to produce a workable mixture, and that amount of admixture
which will entrain sufficient air to produce durable grout, as determined by the
ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE
AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for
concrete except that the time of mixing shall be increased to that necessary to produce a
mixture having a consistency such as to permit gravity flow into the interstices of the
riprap with the help of limited spading and brooming. The grout shall be used in the
work within a period of one (1) hour after mixing. Retempering of ground will not be
permitted. Riprap shall not be grouted when the ambient temperature is below 35
degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor
when the grout, without special protection, is likely to be subjected to freezing
temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall
be wetted. The riprap shall be grouted in successive longitudinal strips, approximately
10 feet in width, commencing at the lowest strip and working up the slope. Grout shall
be brought to the place of final deposit by approved means, and in no case will grout be
permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately
after dumping the batch of grout, it shall be distributed over the surface of the strip by
ASC-55
PART DA -ADDITIONAL SPECIAL CONDITIONS
the use of brooms and the grout worked into place between stones with suitable spades,
trowels, or vibrating equipment. As a final operation, the grout shall be removed from
the top surfaces of the upper stones and from pockets and depressions in the surface of
the stone protection. After completion of any strip as specified, no workman or any load
shall be permitted on the grouted surface for a period of at least 24 hours. The grouted
surface shall be protected from rain, flowing water, and mechanical injury. The surface
of all grouted riprap shall be cured by keeping the surface continuously wet for a period
of not less than 7 days.
E. MEASUREMENT AND PAYMENT
1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used
including that required at toes and thickened edges of riprap. Payment for filter fabric
will be made at the contract unit price per square yard which includes all plant, labor,
material, and all installation costs in-place, complete.
2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual
plan dimensions. Payment for riprap will be made at the contract unit price per cubic
yard which includes all plant, labor, material, and installation costs in-place, complete.
3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan
dimensions. Payment for grout will be made at the contract unit price per square yard
which includes all plant, labor, material, and installation costs in-place, complete.
DA-48 EASEMENTS AND PERMITS
Easements and permits, both temporary and permanent, have been secured for this project at
this time and made a part thereto. Any easements and/or permits, both temporary and
permanent, that have not been obtained by the time of publication shall be secured before
construction starts. No work is to be done in areas requiring easements and/or permits until the
necessary easements are obtained. The Contractor's attention is directed to the easement
description and permit requirements, as contained herein, along with any special conditions that
may have been imposed on these easements and permits.
Where the pipeline crosses privately owned property, the easements and construction areas are
shown on the plans. The easements shall be cleaned up after use and restored to their original
conditions or better. In the event additional work room or access is required by the
Contractor, it shall be the Contractor's responsibility to obtain written permission from the
property owners involved for the use of additional property required. No additional payment
will be allowed for this item.
DA-50 CONCRETE ENCASEMENT
Concrete encasement ·shall be Class E (1500 psi) concrete and for sewer line encasements shall
conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General
Contract Documents. Requirements for such encasement are specified in Sections E1-20 and
E2-20 of the General Contract Documents.
10/23/08 ASC-56
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-54 WATER SAMPLE STATION
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large water
meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free · of charge;
however, the Contractor will be required to pick up this item at the Field Operations Warehouse .
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for
the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required},
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station, concrete
support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are
required to provide a complete and functional water sampling station shall be included in the price
bid for the water main.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for
the installation tap saddle, gate valve, and fittings shall be included in the price bid for Service
Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to provide
a complete and functional water sampling station shall be included in the price bid for Water
Sample Stations.
DA-56 SHOP DRAWINGS
1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require. Such
10/23108 ASC-57
PART DA -ADDITIONAL SPECIAL CONDITIONS
review by the Engineer shall include checking for general conformance with the design concept of
the project and general compliance with information given in the General Contract Documents.
Indicated actions by the Engineer, which may result from his review, shall not constitute
concurrence with any deviation from the plans and specifications unless such deviations are
specifically identified by the method described below, and further shall not relieve the Contractor
of responsibility for errors or omissions in the submitted data. Processed shop drawing
submittals are not change orders. The purpose of submittals by the Contractor is to demonstrate
that the Contractor understands the design concept, and that he demonstrates his understanding
by indicating which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts
between submittals and the design drawings and/or specifications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern. The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
job site, fabrication processes and techniques of constriction, coordination of his work with that of
other trades and satisfactory performance his work. The Contractor shall check and verify all
measurements and review submittals prior to being submitted, and sign or initial a statement
included with the submittal, which signifies compliance with plans and specifications and
dimensions suitable for the application. Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the following items prior to installation:
List the required submittals here
Additional shop diawing requirements are described in some of the material specifications.
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
(Project Manager)
City of Fort Worth
1 000 Throckmorton
Fort Worth , TX 76102
DA-57 COST BREAKDOWN
In order to establish a basis upon which partial payments to the Contractor may be authorized,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-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.
10123/08 ASC-58
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I
be used on an "emergency" basis only.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are
given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000
(see Options to Renew) shall be awarded with final payment based on actual measured
quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation
between the estimated quantities shown and actual quantities performed.
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all
change orders.
DA-64 WORK IN HIGHWAY RIGHT OF WAY
When the Engineer directs the Contractor to perform work in the right-of-way which is under the
jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain
approval from the Texas Department of Transportation prior to commencing any work therein. All
work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to
approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within
Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1,
1978, as amended .
DA-66 OPTION TO RENEW
The City has the right to renew this contract for three (3) one year terms/expenditures of
$200,000 under the same terms, conditions, and unit prices. The City shall give at least sixty (60)
days notice prior to the expiration of one year from the date of execution of this contract or of an
option period or a like notice at such time as there is less than $20,000 left unexpended.
DA-67 NON-EXCLUSIVE CONTRACT
This contract is non-exclusive. During the term of this contract or any renewal hereof, the City
reserves the right to advertise and award another contract for like or similar work. If a second
contract is awarded, the City further reserves the right to issue work orders under either contract
as it deems in its best interest, without recourse.
10/23108 ASC-59
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification, prior to the date
of these general specifications or revisions thereof, shall apply.
DA-77 SCOPE OF WORK (UTIL. CUT)
The work covered by these Specifications consists of the paving repair over utility cuts which
have been backfilled previously by the City Water Department, as indicated by the details and
possible adjacent areas damaged by blowout, etc. Included in this work will be the removal of the
existing material in order to insure a paving section in conformity with existing pavement or the
appropriate detail shown in this document as directed by the engineer and all other miscellaneous
items of construction to be performed as outlined in the specifications, which are necessary to
satisfactorily complete the work.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are
given for the purpose of bidding and awarding the contract. Final payment will be based on
actual measured quantities and the unit price bid in this proposal.
There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting
the existing subgrade or removal of the existing material. These items will be considered as
subsidiary to the contract. The contractor will be required to maintain a capping course of hot
mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair
can be accomplished. These items will be considered as subsidiary to the contract.
The Inspector will pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair
tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be
completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for
completion of the job begins the day after the contractor receives the ticket. See special
condition TIME ALLOWED FOR UTILITY CUTS.
The Contractor shall identify to the Engineer possible locations for settlement of repaired
pavement due to backfill of ditch by others. As directed by the Engineer, the Contractor shall
remove and replace existing backfill with washed rock.
The Water Department will estimate the necessary size of the pavement repair on each ticket.
Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of
each repair. All repair sizes shall be approved by the Engineer prior to any repair work.
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT)
Contractor covenants and agrees to fully perform or cause to be performed, with good faith and
due diligence, and in accordance with standards common to the industry and herein set forth in
these Contract Documents which is hereby incorporated and made a part of this contract,
pavement repair to be ordered by the City at various times and to be performed at various places
by separate repair tickets. The City may designate pavement to be repaired by furnishing to the
Contractor a marked drawing, or street addresses contained in a written order or by marking in
the filed by paint or other means, or by any or all combinations of said methods of designation.
10/2310 8 ASC-60
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Contractor agrees that no work will be performed without written authorization from the
individual designated in writing by the Director of the Water Department.
DA-79 CONTRACT TIME (UTIL. CUT)
It is understood and agreed that the scope of work contemplated in this contract is that wh ich is
designated by the City as the need arises. It is further agreed that the term of this contract is five
(5) months from the date of execution of contract work order and no orders will be accepted by
the Contractor after the contract has expired.
At the end of contract the Contractor will have twenty-one (21) additional calendar days to
complete work already ordered and fifteen additional calendar days to bill said work for a total of
thirty-six days after contract termination to complete and bill work authorized pursuant to this
contract.
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT)
The Contractor shall be required to furnish sufficient personnel and equipment capable of
completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750
S.Y. of permanent pavement repair each week .
. DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)
The Contractor shall assist the Engineer in measuring each pavement repa ir before any work is
started.
A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar
days beginning the day after the ticket is issued will be allowed for final completion of each utility
cut. See also SCOPE OF WORK.
A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page
C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions .
DA-82 LIQUIDATED DAMAGES (UTIL. CUT)
Failure to complete work on time : The Owner and the Contractor agree that it will be most
difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if
the Contractor fails to complete the work in the allotted time , but they both agree that the Owner
would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete
the contract in the calendar days specified, a time charge shall be made for each working day
thereafter, not as a penalty but as liquidated damages.
The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for
each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall
end on day that repairs are completed.
Should the amount otherwise due the Contractor be less than the amount of such ascertained
and liquidated damages, the Contractor and his surety shall be liable to the City of such delivery.
10/2 3108 ASC-61
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-83 PAVING REPAIR EDGES (UTIL. CUT)
All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel
or perpendicular to the center line of the street.
DA-84 TRENCH BACKFILL (UTIL. CUT)
The Water Department shall place the pipe embedment and backfill with washed rock per the
following specification.
Washed Rock: All washed rock used for embedment or as otherwise directed by the engineer
shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the
following gradation and abrasion:
Sieve Size
1
%"
3/8"
#4"
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles abrasion test: 50% Maximum wear per ASTM.
DA-85 CLEAN-UP (UTIL. CUT)
Final clean up work shall be done for this project as soon as the paving and curb and gutter has
been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the
street in the area of the repair. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the
Engineer. Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions.
DA-86 PROPERTY ACCESS (UTIL. CUT)
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
DA-87 SUBMISSION OF BIDS (UTIL. CUT)
The proposal sections of this special contract document is arranged to allow the Owner to make
payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit
I, Unit II, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200
square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less
than or equal to 1000 square feet. Unit 111 will generally consist of large patch, greater than 1000
square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair.
The total low bidder, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does
not bid all four Units of the proposal, the bid will be considered as "non-responsive" and will be
rejected by the Water Department.
10/23108 ASC-62
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-92 MAINTENANCE BOND {UTIL. cun
A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall
be furnished for a period of two years from the date of final acceptance of the work will be
required on this project.
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. cun
This pay item shall apply to all storm drain structures such as inlets, manholes, headwalls, or
other facilities which, in the opinion of the Engineer require repair.
The Contractor shall remove and replace the tops of existing drainage structures and a portion of
the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the
walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New
steel shall be used in the reconstruction of the walls and top.
No payment shall be made for manhole frames, lids, steps and other miscellaneous items of
construction, as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain
Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and
other miscellaneous items may be reused.
Storm Drain Structure Repair shall be performed in conformance with specification Item 444,
"Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth
Transportation and Public Works Department's Standard Specifications for Street and Storm
Drain Construction and shall further apply to all storm drainage facilities of a similar design and
construction.
Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete
required to reconstruct the structures as well as all steel, etc. in conformance with the appropriate
drawings.
DA-97 "QUICK-SET" CONCRETE (UTIL. cun
In high traffic areas where the utility cut repair must be returned to service sooner than a normal
cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422,
·concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved
equal. Any and all materials used shall conform to the above mentioned Item 422.
Payment for quick set concrete shall be made at the unit price bid per CY as shown on the
proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and
incidentals necessary to complete the work.
DA-98 UTILITY ADJUSTMENT (UTIL. cun
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to utility cut repairs to
water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines
(sprinkler systems), etc. where such lines and appurtenances are the property owner's
responsibility to maintain. An arbitrary figure has been placed in the Proposal; however, this does
not guarantee any payment for utility adjustments, neither does it confine utility adjustments to
10/23/08 ASC-63
PART DA -ADDITIONAL SPECIAL CONDITIONS
the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the
services of a licensed plumber to make the utility adjustments determined necessary by the
Engineer. No payment will be made for utility adjustments except those adjustments determined
necessary by the Engineer. Should the Contractor damage service lines due to his negligence,
where such lines would not have required adjustment or repair otherwise, the lines shall be
repaired and adjusted by the Contractor at the Contractor's expense. The payment to the
Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent
(10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility
adjustments.
DA-102 PAYMENT (UTIL. CUT)
Because of the unique nature of this contract, C8-8.5 PARTIAL ESTIMATES AND RETAINAGE
of the General Conditions shall not apply and shall be superseded by the following: (Please initial
below)
Whenever the improvements prescribed by an individual Work Order have been completed, the
Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will,
within a reasonable time, perform the inspections. If such inspection reveals that the
improvements are in an acceptable condition and have been completed in accordance with the
terms of the Contract Documents and all approved modifications thereof, the Engineer will
recommend acceptance of the work under that particular Work Order and recommend payment
therefore.
If the Engineer finds that the work has not been completed as required, he shall so advise the
Contractor in writing, furnishing him an itemized list of all known items which have not been
completed or which are not in an acceptable condition. When the Contractor has corrected all
such items, he shall again notify the Engineer that the improvements are ready for inspection,
and the Engineer shall proceed as outlined above.
Whenever the improvements prescribed by the individual Work Order have been completed and
all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an
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.
The amount of the estimate will be paid to the Contractor after acceptance by the Water
Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of
payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute
an affidavit, as furnished by the City, certifying that all persons, firms , associations, corporations,
or other organizations furnishing labor and/or materials under that Work Order have been paid in
full, that the wage scale established by the City Council in the City of Fort Worth has been paid,
and that there are no claims pending for personal injury and/or property damages.
The acceptance by the Contractor of the individual 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 that Work Order or any act or neglect of said City relating
to or connected with the Contract.
10/23/08 ASC-64
PART DA -ADDITIONAL SPECIAL CONDITIONS
The making of the payment by the Owner shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
Bidder's Initials _______ _
DA-103 DEHOLES (MISC. EXT.)
The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order
together with a sketch. The location and dimensions shown on the plans relative to other existing
utilities are based on the best information available . Omission from , or the inclusion of utility
locations on the Plans is not to be considered as the nonexistence of, or a definite location of,
existing underground utilities. It shall be the . Contractor's responsibility to verify locations of
adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may
negotiate such local adjustments as necessary in the dehole process to provide adequate
clearances . The Contractor shall take all necessary precautions in order to protect all services
encountered. Any damage to utilities resulting from the Contractor's operations , shall be restored
at his expense.
Payment for work such as backfill and all other associated appurtenants required, shall be
included in the price of the appropriate bid item.
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)
The Contractor shall have no more than three (3) locations under construction at any one time ,
unless approval by the Engineer has been granted in writing.
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)
Care shall be taken to keep all water extensions clean and free from foreign objects. Chlorinated
lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe
laying , water shall be introduced slowly for sterilization , after which the extension shall be
thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for
flushing and for providing sample points for bacteria tests.
The water main extensions of the project shall be tested under normal line pressure and any
leaks observed shall be immediately repaired.
DA-106 BID QUANTITIES (MISC. EXT.)
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.
10/23/08 ASC-65
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-107 LIFE OF CONTRACT (MISC. EXT.)
It is contemplated that Work Orders will be issued to the Contractor for work to be performed
under this Contract for not to exceed 365calendar days following the date of the Contract nor to
exceed the limit of the bid price , whichever should occur first. The Contractor shall be required to
complete any work covered by a Work Order issued prior to that date of termination but will not
be required to accept any work order for execution dated after that date of termination. If the cost
of the work performed under this Contract is less than the limit of the bid price at the end of the
365 calendar day period, at the City's option and the Contractor's concurrence, the Project may
be extended to the limit of the bid price.
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Description:
The flowable fill material shall be delivered to the site, free flowing and self-leveling and shall
have a consistency enabling it to fill all voids without tamping , vibrating or compacting.
The f lowable fill material shall have an in place density of not less than 95 and not more than 115
lbs./cu. ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels. The height of free fall of the flowable fill shall not exceed four (4) feet.
2. Material Specifications:
Flowable fill shall consist of :
a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as
necessary).
b. Aggregates meeting ASTM C-33
c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406 ·
d. Flyash , Class C or F, meeting ASTM C-618
e . Admixtures
10/23/08
1. Mineral adm ixtures will be pozzolanic
2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix
concrete products unless specifically designed for flowable fill. Permissible types
of admixtures are:
a. High air generators, as manufactured by Grace Construction
Products or approved equal, which are specifically designed for
flowable fill to lower unit weights, reduce shrinkage and subsidence,
and control compressive strength.
b. Air entraining admixtures conforming to ASTM C-260.
c. High range water reducers conforming to ASTM C-494 Type F or G .
d. Accelerating admixtures conforming to ASTM C-494, Type C.
1. Non-chloride, non-corrosive accelerators used where metals
are present in concrete or embedded members.
2. Calcium chloride
ASC-66
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)
The Engineer shall determine and designate to the Contractor the location of the service main
requiring replacement by a Work Order together with a sketch for each such replacement, giving
the limits, size and nature of work required. The Engineer will notify the Contractor that a Work
Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to
provide his fax number to the Engineer at the pre-construction conference. Single or several
Work Orders may be issued at one time. The Contractor shall initiate work on a replacement
within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue
work on the Work Order until it has been completed, not including paving. The Contractor shall
furnish and supply sufficient equipment and personnel to complete the Work Order in the amount
of time provided for in the Work Order. Should the Contractor fail to start any Work Order within
the time specified, he shall add the necessary work crews and equipment to prosecute the work
to complete the Work Order or Work Orders in the time provided therefore.
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)
Should the contractor fail to complete an individual work order in the given amount of calendar
days as specified on each individual work order, liquidated damage charges as prescribed in Part
C -General Conditions C7-7.10 Time of Completion will be subtracted from the final pay estimate
of that particular work order. The estimated amount for each particular work order will be used for
determining the amount of damages charged per calendar day of time exceeding the specified
amount.
The first two paragraphs of Part C -General Conditions C7-7 .10 Time Of Completion shall be
replaced with the following:
The time of completion of each individual work order in an essential element of this contract.
Each work order issued will have the maximum allowed number of calendar days allowed for the
completion of that specific work.
The number of calendar days specified will be calculated as follows: The total estimated cost for
the specific work order divided by 2000 (rounded up) + 10 days = Number of Calendar Days
allowed for Construction of Individual Work Order.
DA-112 MOVE IN CHARGES (MISC. REPL.)
A Work Order may contain one or more locations. One move-in fee will paid to the contractor per
Work Order issued. Locations for multiple sites per Work Order will be in the same general
vicinity, if possible, and if so, only one mobilization charge will be paid.
When water and sewer work are required only the water move in fee will be paid. At no time will
both fees be paid for one specific location.
DA-113 PROJECT SIGNS (MISC. REPL.)
Project Signs are required at all locations which will be under construction for more than thirty
(30) calendar days as indicated in Part B Proposal. Project Signs shall be in a{cordance with
Figure 30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on
skids or on posts. The exact locations and methods of mounting shall be approved by the
10/23108 ASC-67
PART DA -ADDITIONAL SPECIAL CONDITIONS
engineer. Any and all costs for the required materials, labor, and equipment necessary for the
furnishing of Project Signs shall be considered as a subsidiary cost of the project and no
additional compensation will be allowed.
DA-114 LIQUIDATED DAMAGES {MISC. REPL.)
The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work
Order, for failure to begin a Work Order within the seven (7) working days of the date the Work
Order is faxed to the Contractor. Failure to complete project within the stipulated construction
time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in
these contract documents.
DA-115 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.)
Because of the unique nature of this contract , the number of trench safety system designs
required is not known at the time bids are received. While the contractor is still bound by the
latest version of the U.S. Department of Labor, Occupational Safety and Health Administration
Standards , 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System,
it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs
be included in the unit price bid for Job Move in.
DA-116 FIELD OFFICE
As specified in Part C, General Conditions CS-5.6 , the contractor shall provide a field office
exclusively for the City of Fort Worth Construction Manager and coordination meetings for the
following:
A. Temporary field office shall be established on the job site where approved or directed by the
Engineer, adequately furnished.
B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq
ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City
of Fort Worth Construction Manager throughout the period of construction. The temporary office
shall be weathertight , have a tight floor at least 8-in off the ground and shall be insulated and
suitably ventilated . The office shall be provided with janitor service , heating and cooling
equipment, electrical wiring , outlets and fixtures suitable to light the tables and desk
adequately as directed. Provide separate toilet facilities in the field office.
C. Provide the following furniture and equipment in the Construction Manager's office:
1. One plan table, 3-ft by 5-ft and one stool
2. Desk about 3-ft by 5-ft with desk chair
3. Two additional chairs
4 . Two-drawer, filing cabinet with lock
Field office shall also have available to the Construction Manager the following:
10/23/08
1.
2.
3.
One conference table (6-ft).
Eight folding chairs.
First aid kit suitable for ten people with manual, American White
ASC-68
PART DA -ADDITIONAL SPECIAL CONDITIONS
Cross No. K10 or equal.
4. Duplicating machine, Xerox Model 10251 or equal.
D Contractor shall furnish temporary light and power, including wiring, lamps and similar
equipment as required to adequately light all work areas and with sufficient power capacity to
meet the reasonable needs of the Construction Manager. Contractor shall make all necessary
arrangements with the local electric company for temporary electric service and pay all expenses
in connection therewith and pay all electrical bills.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
The contractor shall coordinate his work with the work of other contractors on remaining units of
this project. The contract documents indicate the starting and stopping points for each of the
units of the project. The plans indicate "connecting to an existing pipeline" constructed by others
and ending the line with the installation of a plug. If the start of the project cannot be connected
to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline
is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in
lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation
of blind flanges based on the unit price bid for the water or sewer main.
10/23/08 ASC-69
.. ,· ... ·.
~) ..
·.· .
SECTION E SPECIFICATIONS
JANUARY 1, 1978
All materials, construction methods and procedures used in this project shall conform to
Sections El , E2 , and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications, together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El , E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes , the same as if copies verbatim
herein, and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth.
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20, 1981 , follow:
El-2.4 Backfill: (Correct minimum compaction requirement to 95 % Procter density and correct P.I.
v alues as follows:)
c. Additional backfill requirements when approv ed for use in streets:
1. Type B Backfill
( c) Maximum plastic index (PI) shall be 8
2 . Type C Backfill
(a) Material meeting requirements and having a PI of 8 or less shall be
considered as suitable for compaction by wetting
(b) Material , meeting requirement and having a PI of 9 or more
shall be considered for use only with mechanical compaction
E2-2 .11 Trench Backfill: (Correct minimum compaction requirement wherever it appears , in this
section to 95% Procter density except for paragraph a.I. where the "95 % modified Procter
density" shall remain unchanged).
El00-4 WATERTIGHT MANHOLE INSERTS.
SECTION ElOO-MATERIAL SPECIFICATIONS
MATERJAL STANDARD El00-4
JANUARY 1, 1978 (ADDED 5/13 /90)
El 00-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole
inserts in the. Fort Worth sanitary sewer collection system.
El00-4 .2 MATERIALS AND DESIGN:
a. The manhole insert shall be of corrosion-proof high density polyethelene that meets
or exceeds the requirements of ASTM D1248, Category 5, Type III.
b. The minimum thickness of the manhole insert shall be 1/8".
c. The manhole insert shall have a gasket that provides positive seal in wet or dry
conditions. The gasket shall be made of closed cell neoprene rubber and meet the
requirement of ASTM D l 056 , or equal.
d. The manhole insert shall have a strap for removing the insert. The strap shall be made of
minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent
unravelling . Stainless steel hardware shall be used to securely attach strap to the insert.
e . The manhole insert shall have one or more vent holes or valves to release gasses and
allow water inflow at a rate no greater than 10 gallons per 24 hours.
EI00-4.3 INSTALLATION :
a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert
on the rim.
b. The manhole insert shall be fully seated around the manhole frame rim to retard water from
seeping between the cover and the manhole frame rim.
ElOO (1)
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DA TE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RA TES
SUBJECT:
REFERENCE NO.: **G-16190
Adop1 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality .
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from
that survey .
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds .
JO Fund/Account/Centers FROM Fund/Account/Centers
---------------------~----....... -=----·~
Submitted for City Ma_nager's Office by:
Originating D~partment Head:
Additional Information Contact:
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Eric Bundy (7598)
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RA TES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
Flagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipelayer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling M ixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill , Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10.06
$13 .99
$12 .78
$11.01
$ 8.80
$14.15
$ 9.88
$13.22
$12.80
$12.85
$13.27
$12.00
$13.63
$12.50
$13.56
$14 .50
$10.61
$14. 12
$18 .12
$ 8.43
$11.63
$11.83
$13.67
$16 .30
$12 .62
$ 9.18
$10.65
$16.97
$11.83
$11.58
$15.20
$14.50
$14.98
$13.17
$10.04
$11.04
$14 .86
$16 .29
$11.07
$10 .92
$11.28
$11.42
$12.32
$12.33
$10 .92
$12.60
$12 .91
$12.03
$14.93
$11.47
$10.91
$11.75
$12.08
$1 4.00
$13.57
$10.09
Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceilinl! Mechanic
Bricklayer/Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
I
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drvwall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (Journeyman)
Electrician Heloer
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
HrlyRate Classification
$21.69 Plumber
$12.00 Plumber Helper
$15.24 Reinforcing Steel Setter
$19 .12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11. 91 Sheet Metal Worker Helper
$13.49 Sprinkler System Installer
$13.12 Sprinkler Svstern Installer Helper
$14 .62 Steel Worker Structural
$10.91 Concrete Pumo
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14.43 Truck Driver
$19 .86 Welder
$12.00 Welder Helper
$20.00
$13.00
$18.00
$13.00
$14.78
$11.25
$10.27
$13.18
$16.10
$14.83
$8 .00
$18.85
$12 .83
$17 .25
$12.25
Hrly Rate
$20.43
$14.90
$10.00
$14.00
$10.00
$16.96
$12.31
$18.00
$9 .00
$17.43
$20.50
$17.76
$12.63
$10.50
$14.91
$16.06
$9.75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents .
(b) Penalty for Violation . A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023 .
( c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred . The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph (c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained . The contractor and each subcontractor shall , for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City . The provisions of the Audit section
of these contract documents shall pertain to this inspection .
(f) Pay Estimates. With each partial payment estimate or payroll period , whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates . The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V .T .C .A . Labor Code §406.96 (2000), as amended , Contractor certifies that
it provides workers' compensation insurance coverage for all of its employees employed
on City of Fort Worth Department of Eng ineering No. and City of Fort
Worth Project No. oo:'fS:::G, .
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR c:;.,,,.,4, C C:Pn.S /,,-1<~;,j.t>-n
_-,---
By ~ J§:z Nam0&JP J~
Tit le : j,0., ./i.,.s/'/,,, /-
Date: 7-/b · / o
Before me , the undersigned authority, on th is day personally appeared
Tve!"A--<.:i <::>)lo.lh ! , known to me to be the person whose name is subscribed to the
foregoing instrum nt, and acknowledged to me that he executed the same as the act
and deed of 1[,'c..e,., f',.e:z,'ol e.y,, ±: for the purposes and
consideration therein expressed and in the capacity therein stated .
Given Under My Hand and Seal of Office this /0 f ~ay of ~ /L{ , 20 10 .
rn
Notary Public in and for the
Texas
CONFLICT OF INTEREST QUESTIONNAIRE
For vendor or other person doing business with local governmental entity
This questionnaire is being filed in accordance with chapter 176 of the Local
Government Code by a person doing business w it h the governmental entity.
By law this questionnaire must be filed w ith the records administrator of the
local government not later than the 7th business day after the date the person
becomes aware of facts that require the statement to be filed. See Section
176 .006, Local Government Code.
A person commits an offense if the person violates Section 176.006, Local
Government Code. An offense under this section is a Class C misdemeanor.
l!J Name of person doing business with local governmental entity.
D Check this box if you are filing an update to a previously filed questionnaire.
FORM CIQ
OFFICE USE ONLY
Date Receive d
(The law requires that you file an updated completed questionnaire with the appropriate fil ing authority not later than
September 1 of the year for which an activity described in Section 176.006(a), Local Government Code , is pending and
not later than the 7th bus iness day after the date the originally filed questionna ire becomes incomplete or inaccurate .)
~ Describe each affiliation or business relationship with an employee or contractor of the local governmental entity who makes
recommendations to a local government officer of the local governmental entity with respect to expenditure of money .
.!J Describe each affiliation or business relationship with a person who is a local government officer and who appoints or
employs a local government officer of the local governmental entity that is the subject of this questionnaire.
Amended 01/13/2006
CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ
For vendor or other person doing business with local governmental entity Page 2
~ Name of local government officer with whom filer has affilitation or business relationship. (Complete this section only if the
answer to A, B, or C is YES.)
Th is section, item 5 including subparts A, B, C & D, must be completed for each officer with whom the filer has affiliation or
business relationship . Attach additional pages to this Form CIQ as necessary.
A . Is the local government officer named in this section receiving or likely to receive taxable income from the filer of the
questionnaire?
Oves DNo
B . Is the filer of the questionnaire receiving or likely to receive taxable income from or at the direction of the local government
officer named in this section AND the taxable income is not from the local governmental entity?
Oves DNo
C . Is the filer of this questionnaire affiliated with a corporation or other business entity that the local government officer serves
as an officer or director, or holds an ownership of 10 percent or more?
Oves DNo
D . Describe each affiliation or business relationship .
~ Describe any other affiliation or business relationship that might cause a conflict of interest.
lZ..I
Signature of person doing business with the governmental entity Date
Amended 01/13/2006
THE STATE OF TEXAS
COUNTY OF TARRANT
PERFORMANCE BOND
Bond No. 230 82 51
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as
Principal herein, and (2) Insurance Company of the West/Independence Casualty and Surety
Company, a corporation organized under the laws of the State of (3) California/Texas, 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 *Four Hundred Fourteen Thousand, Two Hundred
Three and No Cents ($*414,203.00*) 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
the 2. O day of -~~~u_".) ____ ., 2010 , a copy of which is attached hereto and made a
part hereof for all purposes, for the construction of: Sanitary Sewer Line to serve the Westside
Water Treatment Plant-Capital Project No. 00456.
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 Z.o day of ---":fi,,_u=-\~?J1---------' 2010 .
William J. Schultz, Inc., dba
Circle "C" Construction Company
PRINCIPAL
~
By /'~,:, JJ~"j?.
Name: Teresa S. Skelly, Vk eddent
ATIEST:
(Principal) Secretary
ATIEST:
Secretary
NOTE: (1)
(2)
(3)
Address: P. 0. Box 40328
Fort Worth, TX 76140
Name: Sheryl A. Klutts, Attorney-in-Fact
Address: 11455 El Camino Real
San Diego, CA 92130-2045
Telephone Number: 1-858-350-2400
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.
No. 0004738
ICWGROUP
Power of Attorney
Insurance Co mpa ny of the West
Exp lorer Insura nce Company Independence Casualty and Surety Company
KNOW ALL MEN BY THESE PRESENTS : That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer
Insurance Company, a Corporation duly organized under the laws of the State of California, and independence Casualty and Surety Company, a Corporation duly organized
under the laws of the State of Texas, (collectivel y referred to as the "Companies"), do hereby appoint
JOHN A MILLER, SR., JOHN A MILLER, 11, SHERYL A KLUTTS, K . R . HARVEY, JOHN R . STOCKTON
their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal , and deliver on behalf of the Companies , fidelity and surety bonds, undertakings , and other
similar contracts of suretyship, and any related documents .
1n witness whereof, the Companies have caused these presents to be executed by its duly authorized officers this 2nd day of January, 2008 .
d~.,,qg~
Jeffrey D. Sweeney, Assistant Secretary
State of California } ss .
County of San Diego
INSURANCE COMPANY OF THE WEST
EXPLORER INSURANCE COMPANY
INDEPENDENCE CASUAL TY AND SURETY COMP ANY
J . Douglas Browne, Senior Vice President
On May 21 , 2009, before me, JoAnn Pache, Notary Public , personally appeared J. Douglas Browne and Jeffrey D . Sweeney, who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities , and
that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument.
I certify under PENALTY OF PERJURY under the Jaws of the State of California that the foregoing paragraph is true and correct.
Witness my hand and official seal.
JoAnn Pache, Notary Public
RESOLUTIONS
This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the following resolutions adopted by the respective
Boards of Directors of each of the Companies :
"RESOLVED: That the President, an Executive or Senior Vice President of the Company , together with the Secretary or any Assistant Secretary, are
hereby authorized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, execute, sign, seal , and deliver on
behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related documents.
RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and
current status of the appointment, may be facsimile representations of those signatures ; and the signature and seal of any notary, and the seal of the
Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if
manually affixed . The facsimile representations referred to herein may be affixed by stamping, printing, typing, or photocopying.•
CERTIFICATE
I, the undersigned , Assistant Secretary oflnsurance Company of the West, Explorer Insurance Company, and Independence Casualty and Surety Company, do hereby certify
that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were duly adopted by the respective Boards of
Directors of the Companies , and are now in full force .
IN WITNESS WHEREOF, I have set my hand this __ °Z_O __ day of ___ :f;-=-v=--'f-----~' 2.0 0 ...
Jeffrey D . Sweeney, Assistant Secretary
To verify the authenticity of this Power of Attorney you may call 1-800-877-1 I 11 and ask for the Surety Division . Please refer to the Power of Attorney Number, the above
named individual(s) and details of the bond to which the power is attached . For information or filing claims, please contact Surety Claims , !CW Group, 11455 El Camino
Real , San Diego, CA 92130-2045 or call (858) 350-2400 .
. � �_ = -- --� = _ = _ _ `-_ _- = w;�:
.�.. - - -_ — - ---- - _
'-``�`+°'.�"'-"""``-`_-_-- - --- - - -
� --- - - - . -r.�""'�
_ .. _ - - - - - - _ -- �.ri_"c:
w � - .�� _ �
�
'��".�'..-.�..+�+�!r+� ' _ : „"�Vl'- 'a`�"_^_ �.. a� �
�i i ���i = �_�� _ r �
� ��� - - - � '�`- �'����
�,� �"`.� -T - __-_�- ���-���:�---- -_
� : _�. �� _ =..��:�=��::� : _ - . -
�.�.--� �++..._ _ _ _--^�.�,`...' - - .
I'�= ___ - _ _ . _ _'� �..._.�- -, _ - - ��
_-„ ' � ��y - _ „�„�"'.r'� _ '�"` �
I'� --_ - _..: ''�- ' :. - . -' - `•'�'r,.�r. '- -•��- � .`�a. - ^ - �_ - - - - ���-!�.._'
' _ - 's�.r� ���- _ _._ - - "' .I
��t _ � -_.._" ' - '�-� �. ' - .i
_ ^ '�!y ,:.:ia�r=l�r�_ �� � - � _ _ _
� �. - --- - -- - -- � -�
- `
•-- - - �'�-"_ _ - - - --- -
- -- - - _ _— -- _ _ �.. - - - - - - -
_
� -
_ _ . _ �r` ` -- - -
- _ - - _ -� _-. � -- - _ -:w_-
4--_.=_ _+ - _ �. 'w� '_ _ _- - .I
• - - • r _.... ;._, •
� � . , ' - - T - - +..�.��"- - - - � "
!: _ -' - _ _---•=-.:_-=_ - - - _
� ' - - .- - - - - • _ _- - -- -- _ :�..,.►� - _ =i
� ---- . - _ _ _ ' ' ' ' _
� _'; �- _ - - _ __ f_• � : :�� ^' . ..- _= '
. . . �_ `�_.�._ _' _� ". wMr�+'M�l�"�� . . _
��e� - _ - -
� � . - . - - . _ . _ _ "y��w'. - ` _ �= -
i � �'•�i1141�� -- _ - _ _ - - - _ � �_� - � _
F___�'g _ - _ - �� T V = ___ _--= _ �_�� ' _�
L_ - - -- � - _ - - - = - � - - --R : _----�narr.r
�_ -
_ __ . -
� � ' ' ' __ _ � _
� . -_. . _ " ' ' ' _ ..��..�ww �+ ��. ^= '_ _
... . '
,_ ... �'"'-'"-c-^ 1
�^�� �-� _ �" -_ _ _ - _,_._,_-.--��, _
..-.=�--�-•,�„� =.�,,,` _� ...�.-- c -_�-,
� �� ` — _ _ _ -_� � _ _ ' ��=
� � - - _ _- — - -_ r �- —++ ;
r- _ _ _- ' -_ _ - -- . _=-- ` -- -_- ---
� _ - _ - _ J��_� �
�' � _ - - - '�rw�i.r . - - ;....'� _= �'�
- _- _- ._.- -' � - -
�+'�''� - - - _ —_..-- �� z^-'�^--'� =�_��'„'� ��c
_ �-�.c.,�_.-�-�=.:
° _ . - - - _ � `� - ����-�_�� .�c � �
� _ - -_ . _ .�� _.-.�.� -
� - ' .. ' _ -' � �- _
�. ' _-.. . . " _ . ' . . ,� _--•�-- �
� _ _ � _ . ' � ' --'-_ - . ._. _ _ _ - _-�_- ��-'-� _
- _ _" . -' _ _ _ _ � � -,� �`I•�.~�. — � _ _
..� . _ - —_ ����Ti'�'.'��- ���r„-�" _ -��.�
I -.- . _- �� _ _ _ _ _ - _ _ �' — � • _�
�� .�
� -� � _ _ _. _ 'a"IWAA17 - � _ _ _
� .� ^-_. � ,. - _ _ y.w��y'�'': _.-
�r "_ - - _ . . '_ ._ ..-_ � �=- �.r�+�+�r
� Yr� - _ __ _ _ - - �= ' " - " - �
:: � - _ . _ _' _ - - - �= `:1:._-- �,�� _ �'
.-�_:' _ -��- - --- - - -"_ - '�- ' _:
1 . _ - _ _ _ _..1 ` `
� - -�� �l;,� _ _ . �, -
� - . � � _ _ _ �� •' � _ � �
� . - - - � • v-•� _�T.-'�` _
- - _. --_ _ --_ _ - - _�a -:i ■ .' � �
- �,.iw� -w'. �..c. ' - . _ c ' - - �� =—_ _�
IM1%:��'� `�f.�a�r�Y�k _ _ _ _ �- , _ _ _ -" .-��c_.. �� - - - - - . _ _-�: i
�_' _ . _ , - ' T.7ev`v��--� -
�r.F . - � _ .. __ _ _ _ _ - _..
I �� � � � - - _ _ _t��� - - Y` r � � �
S�"i��_ -K7..w�i� i� �. - �� �. � - y_'"`_�_ �--�..��' �
�� +�7�r.r+ , - 7�..� _ _ �L..,_." �' � ' �'�' _� ���
-- - - =^�=---'w��.� - - - -°f.l
��- - --�--: ✓-- � - _- - _ _ -
= �- �_--� --
� _ --- - -- - - =
i -��,;;�= — - -= —
. - -;�.�- --- --- - _-
- - � � _
--- - - -� r . _- - � - - '
_ _ _ - � - _
, __�. � - ---_
- ..__-r ,,�.r�� _ - -= - _
- ,,,� �-- _ -- " — - —
�-- ,, -
j `-=T.f_ _�_-_-T _� �_, _ _
� . _ - --•- ---- � .
.r.�c'r"'*14....�--��,` -
. . r"^'"'.�.. - � _ --- - - _
r � _ _
_ _� �=-^��ti�•f!# _
�w l - _
-_ - �- � ,_� _ _ _-
� - -� r =�� T - -. -r
- . _ _ � - = i'�'R,.'^r'_
j_ _ _ - •r =" ' "
� - -�-,'3a■.ai- - - _ --- --
_ � — -- -
� -_ �,_:._- _ -
_--- :-..:� -- - --
riy"� ..,.�...� -- - _ - - -
� -� . �._
_ �+�nrw.� �
i � - = _ -
�..r"� - - -- ` . -� _ _ - _ __
. . _ _. . . . �4
r -� _ ' _ �_�J '
•_ _ _ �^ _��. _ _ - ' - _
' _ - __ �._ - -
I T __ - ' �1?R
1 _�� �. � . . _ _
�a�y� _ __ � _ -
---- -=.yd-- --A...__ - _
� iw?�..� - - - — __—
r.-' '- - - - - -- -
_ _ "_ �..�3�_-_ -_ - -- -. . _
_ _ �'�,`7 - _' _ _ _ -- ' - "
- �,-ri�R'� �' ' _ _
' P � ;,,,..,y/re ' _ -,�!!
�
�- -� ^�-. -� _ _
�_. - �-. � . ' p�il'i'y�� _'
- - aM� '�r _ M .._ .
. � . _"`.'�. �� �.
�
1"'" _ ��r+..��w�t -
. . ��4i1 �� _
THE STATE OF TEXAS
COUNTY OF TARRANT
PAYMENT BOND
Bond No. 230 82 51
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) William J. Schultz, Inc., dba Circle "C" Construction Company, as
Principal herein, and (2) Insurance Company of the West/Independence Casualty and Surety
Company, a corporation organized and existing under the laws of the State of (3)
Californiaffexas, 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 *Four Hundred Fourteen Thousand, Two Hundred Three Dollars and No Cents
($*414,203.00*) 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 '20 day of _~~v_'j _______ , 2010 , 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 Line to serve the Westside Water Treatment Plant -Capital
Project No. 00456.
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant (as defined in Chapter
2251, 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 2. C> day of __ :fi_u_\__,..y _____ , 2010.
William J. Schultz, Inc., dba
Circle "C" Construction Company
PRINCIPAL
ATIEST: By:
Name:
(Principal) Secretary
Address: P. 0. Box 40328
Fort Worth, TX 76140
ATIEST:
Name: Sheryl A. Klutts, Attorney-in-Fact
Address: 11455 El Camino Real
(SE San Diego, CA 92130-2045
NOTE: (1)
(2)
(3)
Telephone Number: 1-858-350-2400
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.
No. 0004738
ICWGROUP
Power of Attorney
Insurance Company of the West
Explorer Insurance Company Independence Cas ualty and Surety Com pan y
KNOW ALL MEN BY THESE PRESENTS : That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer
Insurance Company , a Corporation duly organized under the laws of the State of Californi a, and Independence Casualty and Surety Company , a Corporation dul y organized
und er the laws of th e State of Texas, (collectively referred to as the "Companies"), do hereby appoint
JOHN A. MILLER, SR., JOHN A. MILLER, II, SHERYL A. KLUTTS , K. R . HARVEY, JOHN R. STOCKTON
their true and lawful Attorney(s)-in-Fact with authority to date, execute, sign, seal, and deliver on behalf of the Companies, fidelity and s urety bonds, undertakings , and other
similar contracts of suretyship, and any related docum ents.
In witness whereof, th e Companies have caused th ese presents to be executed by its duly authorized officers this 2nd day of Janu ary, 2008 .
J~v!?,,#~
Jeffrey D . Sweeney, Assistant Secretary
State of California } ss .
Coun ty of San Diego
INSURANCE COMPANY OF THE WEST
EXPLORER INSURANCE COMPANY
INDEPENDENCE CASUALTY AND SURETY COMPANY
J . Douglas Browne, Sen ior Vice President
On May 21 , 2009, before me, JoAnn Pache, Notary Public, personally appeared J. Douglas Browne and Jeffrey D . Sweeney, who proved to me on the basis of satisfactory
ev idence to be the person(s) whose name(s) is/are sub scribed to the within in strument, and acknowledged to me that they executed the same in their auth orized capacities, and
that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument.
l certify und er PENALTY OF PERJURY under the laws of the State of Californi a that the foregoing paragraph is true and correct.
Witness my hand and official seal.
I ,,, . . . .. 1
•
JOANN PACHE
.-COMM. #1846804 s· HOT.ARV' PUBUC.cALIFORNI · s SAN DIEGO COUNIY . I My~Explres I APRl..30,2013 · a SC ees !CSU •• u JoAnn Pache, Notary Public
RESOLUTIONS
This Power of Attorney is granted and is signed, sealed and notarized with facsimile signatures and seals under authority of the followin g resolutions adopted by the respective
Boards of Directors of each of the Companies:
"RESOLVED : That the Presid ent, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are
hereby a uth orized to execute Powers of Attorney appointing the person(s) named as Attorney(s)-in-Fact to date, exec ute, sign, seal , and deliver on
behalf of the Company, fidelity and surety bonds, undertakings, and other s imilar contracts ofsuretyship, and any related documents .
RESOLVED FURTHER: That the s ignatures of the officers making th e appointment, and the signature of any officer certifying the validi ty and
current status of th e appointment, may be facsimile representations of those signatures; and the signature and seal of any notary, and the seal of the
Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if
manually affixed . The facsimi le representations referred to herein may be affixed by stamping, printing, typing, or photocopying."
CERTIFICATE
1, the undersigned , Assistant Secretary of In surance Com pany of the W est, Explorer Ins urance Company, and Independence Casualty and Surety Company, do hereby certify
that the foregoing Powe r of Attorney is in full force and effect, and has not been revoked, and that the above resol ution s were duly adopted by the respective Boards of
D irectors of th e Companies, and are now in full force .
1N WITNESS WHEREOF, I have set my hand this __ -i_O __ day of __ :r=--=\J'---'/1--------~
--
Jeffrey D . Sweeney, Assistant Secretary
To veri fy the authenticity of this Power of Attorney you may call 1-8 00-877-l l l l and ask for the Surety Division. Pl ease refer tot.lie Power of Atto rn ey Number, the above
named individual(s) and details of the bond to which the power is attached. For information or fili n g claims, please contact Surety Claims, !CW Group , l 1455 El Camino
Real , San Diego, CA 92130-2045 or call (858) 350-2400.
_:;_.
THE STATE OF TEXAS §
§
COUNTY OFT ARRANT §
KNOW ALL BY THESE PRESENTS:
MAINTENANCE BOND
Bond No. 230 82 51
That William J. Schultz, Inc., dba Circle "C" Construction Company, ("Contractor"), as
principal, and Insurance Company of the West/Independence Casualty and Surety Company, a
corporation organized under the laws of the State of California/Texas , ("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 *Four Hundred Fourteen Thousand, Two Hundred Three Dollars and No
Cents ($*414,203.00*), lawful money of the United States, for payment of which sum well and truly be
made unto said City and its successors , said Contractor and Surety do hereby bind themselves , their heirs,
executors, administrators, assigns and successors, jointly and severally.
This obligation is conditioned, however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the 1. o , 2010 a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements: Sanitary Sewer Line
to serve the Westside Water Treatment Plant the same being referred to herein and in said contract as
the Work and being designated as Project Number(s): Capital Proiect No. 00456 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 two (2) years after the
date of the final acceptance of the work by the City; and
WHEREAS , said Contractor binds itself to maintain said work in good repair and condition for
said term of two (2) years ; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in part at
any time within said period, if in the opinion of the Director of the City of Fort Worth Department of
Engineering, it be necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to repair or
reconstruct said Work as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to maintain,
repair or reconstruct said Work in accordance with all the terms and conditions of said Contract, these
presents shall be null and 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~ counterparts , each of which shall be
deemed an original, this Z.o day of Tu y , A.D . 2010.
ATTEST:
(Principal) Secretary
ATTEST:
Secretary =----...
(
William J. Schultz, Inc., dba
Circle "C" Construction Company
PRINCIPAL
By:
Name: Teresa S. Skelly, Vi
Address: P. 0. Box 40328
Fort Worth, TX 76140
Insurance Company of the West/
Independence Casualty and Surety Company
SURET~
By: ~U~,
Name :
Address:
Sheryl A. Klutts, Attorney-in-Fact
11455 El Camino Real
San Diego, CA 92130-2045
Telephone Number: 1-858-350-2400
No. 0004738
ICWGROUP
Power or Attorney
Insurance Compan y oftbe West
Explorer In s urance Compan y Independence Casualty and Surety Compan y
KNOW ALL MEN BY THESE PRESENTS : That Insurance Company of the West, a Corporation duly organized under the laws of the State of California, Explorer
Insurance Company, a Corporation duly organized under the laws of the State of California, and independence Casualty and Surety Company, a Corporation duly organiz.ed
under the laws of the State of Texas, (collectively referred to as the "Companies"), do hereby appoint
JOHN A . MILLER, SR., JOHN A. MILLER, ll, SHERYL A. KLUTTS , K. R. HARVEY, JOHN R. STOCKTON
their true and lawful Attomey(s)-in-Fact with authority to date, execute, sign, seal , and deliver on behalf of the Companies, fidelity and surety bonds , undertakings , and other
similar contracts ofsuretyship, and any related documents . ·
in witness whereof, the Companies have caused these presents to be executed by its dul y authorized officers this 2nd day of January, 2008 .
'~ ~"~~ 1/f ;,or ...,~\i
\ <3 "SEAL. ~I]
0,, "'<,. ,• .11. ~
d~vR,#~
Jeffrey D . Sweeney, Assistant Secretary
State of California } ss.
County of San Diego
INSURANCE COMP ANY OF THE WEST
EXPLORE R INSURANCE COMPANY
U'l'DEPENDENCE CASUALTY AND SURETY COMPANY
J . Douglas Browne, Senior Vice President
On May 21 , 2009, before me, JoAnn Pache, Notary Public, personally appeared J. Douglas Browne and Jeffrey D. Sweeney, who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s) is/are subscribed to the within instrument, and acknowledged to me that they executed the same in their authorized capacities, and
that by their signatures on the instrument, the entity upon behalf of which the persons acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.
Witness my hand and official seal.
JoAnn Pache, Notary Public
RESOLUTIONS
This Power of Attorney is granted and is signed, sealed and notarized with facsimi le signatures and seals under authority of the following resolutions adopted by the respective
Boards of Directors of each of the Companies :
"RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary, are
hereby authorized to execute Powers of Attorney appointing the person(s) named as Attomey(s)-in-Fact to date, exec ute, sign, seal, and deliver on
behalf of the Company, fidelity and surety bonds, undertakings, and other similar contracts of suretyship, and any related docum ents .
RESOLVED FURTHER: That the signatures of the officers making the appointment, and the signature of any officer certifying the validity and
current status of the appointment, may be facsimile representations of those signatures ; and the signature and seal of any notary, and the seal of the
Company, may be facsimile representations of those signatures and seals, and such facsimile representations shall have the same force and effect as if
manually affixed . The facsimile representations referred to herein may be afftxed by stamping, printing, typing, or photocopying."
CERTIFICATE
l , the undersigned, Assistant Secretary of Ins urance Company of the West, Explorer insurance Company, and Independence Casualty and Surety Company, do hereby certify
that the foregoing Power of Attorney is in full force and effect, and has not been revoked, and that the above resolutions were dul y adopted by the respective Boards of
Directors of the Companies, and are now in full force .
IN WITNESS WHEREOF, I have set my hand this __ 2_~ __ day of __ ~-=-u-=-\~"-,_/ ______ __,
I
zo,o
d*vR,8~
Jeffrey D . Sweeney. Assistant Secretary
To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refor to the Power of Attorney Number, the above
named individual(s) and details oftbe bond to which the pow<'r is attached . For information or filing claims, please contact Surety Claims, !CW Group, 11455 El Camino
Real , San Diego, CA 92130-2045 or call (858) 350-2400.
- = _= - - • =--- - - �-�� - - _��" -�.r=.�= �
- - _ � _ �-a. "'r- -�o�
�, "�v,� 'wr�'� � _ � � ` � -- - -_ _ - _ _=_ --�
�.._ � --.. - _ �_. ��-.
- - - -- -' " - - .` ' .r� _ - -�-,"�.. . w,� -. - ,;'�M.i..:
'�� ' � �:'= -_ ;`"5E"s' � ° �+�. _ _'
�::..,y._ ._� ' � _ _ - -...,� _ -` •�� _'�-=- =T.�,�J�; _W � _
Y� ���' - — - - - --' ,_ �-,.
' =_ . . . - � __ . . _- - _ - -- - LL ;�..��:�..:y -'
-.-- _ _ _ -- - .- - — - - _ - `a
- -- --- - --- - -. - - - - -
_ _ _ - - _ - _ - - - __ - __ - -- - ,. � _ =-� _
_. - -- _ _ - -_ - -- - �,,a..., -_r:��'
_ -- . . _ _ _ - _ - _- - -- _- ..._�
• - " - - -
-- - - _ -_
- - :- . _ -
_.. . _. _-_ : _ ,_ -
_ - _ _ " - �� � ..-.� _ _ �-_ ,
_ . _ - - _ " - _ - - _ _ --_ — +::..:-�s.��: j -
�:.�+t-�:- - _ _ — �� -�„���'�'.
__�,,,_,_ � = , ` _' � -,•� �
T "'�- -- � =�``�--�...�.."""�
, ��""r- ` =��"_ "�- i�lr�l�M�. �-'v _ _�_
. _,,� �-;,rG-- . -
y'd -i:'_�� - �•: -� .-. � r- - . . . _ _ ' ° r - - '- �i'� IL'���
��y,a., _ �� !��' - _���._ �.Y_...�"� ' ' 8��= i
-_ _ � -- _ ="��� i t_...�.�r- � �..����'
�+r��� =-t- - _ - �������-_
- - _ - � _ __ �.�=�s !"i!�_ �fu'*��
"_ �_ � . - _,.,.' '" — _" _ _ _ — ' _
. .. _. . _ __ ' �_ - ' " ` ' _ `_. '
' '_ _ ��. - y'""�,�,��,� �-�``
__ ---- _ - _ ,�= - _ - _ . - - - :���-��`-� � `�`•
- - - � -�� r�,-=�-,, �,� --��`=_--
- ' = = - - _ �"''�'°"-L`�+ +� �"�-r.�-_�',
.�-- -- _ . �nr..�. - _ ..�. c,,.
, _ r—' — - s� �.�w. � ws.��+'"_ .,.r� a: _ ,�"'e.v-����a.
"' ----' " _ _ : -- v..� ='�1Y`M�i
- - ' ' . _ - - � . . - _ __ .r1� w�+l��+
- -- _' ' _ � =-�~_.��
' ' - _ . -.�-.-`'
_ r . - -.--__ _ -- � - - r-�= � - �a_
.- - .- _ _ _ - _ _ ___ e__ F�= _ -.r�w
_ ' - -s_��i ..T— _ ... - � "'�^"�� :`�v _�i^�4""'�-��
�
, _ l r'__r ' _ .' __ _ -- - �_ -
- ' _ _ ' +�+rM► ' _ Y _ �� _'-'��
.� _
_= _ . .�- - -�-'�;
ti.: - - _ _ _.�rn
' ' _ .�-�± � -z�+.'~� -..�y��,r _
,��r'}�,�, ��`w/��'se„"_ �._...
- - - . _ --�--- -- .,� ��.,,: :�..s,�.
: +. . ��- � _ _ .
. . = . _,;;;.,:"' �-� --•r
�:._ �.--�, - -"�. �:,.�.. ,. _ ^^'a�.+�_.-
-_-�:� - -/ - •�_
— •r---' -
s' _'�-..�---,,..._ - w sa'( - t -
_' �'^s" � �_ ...�.� '
_ .-_ s...--w r,.�._ _ _ _,�. ---- .
- - _ — .- .�- �� - - - = � :�
� -- = - ':,�,�'�+rr�
_ __ _ - .._ - J -- - -
- = . - .-_ - - -- - = ' '�.�°"'- _ 'r..-" . -:i
-_�►:�_,.��.—_ _ -_� _ =�;
���"�- _ ---. - � - - -_
:.:r---+.�+ = _- -_ =: -�-�� =-- _ -
���+• .-- _ ' " ' —
_*��!`_�'': .-,---_ - ..�- .."::c�a�.i-^� � _, -- =
_ � _�
_ — _ �-.. - •� � _.W_--• ;
-+-.."`. "� �-r"+" r!"'.�.nr+� ' _ .:.
,� � �
�-°4� n; e"`"". � irrw '.i� �.:.. --_--
,� -.:t —_,3�%-r �r.� Y-� -' � _ �, -.._s,_.' -
�'�.�� r --a..�__ tra==.�.�!' --� _ .
�..=��..r.• �r w w�^ ����� �'
�.�..�� _ . �- - �• �
1�1�,�_ - _ _ _ - `_ r _ - _
� � -- _ - " -- _ .__.«.-_.. _- -
- _' , _ - - ---
,_-:- �:.- -��—„ .,,_ - -
- - - .+r�+`= _ - — - - _
�'`� "�, � �`r.��
- _ r �7 'r
,`.�."y„` _ - . -- - ��Sl+� ��'�t
-- - _ - _ - �. _ -- .-- _-
i'e'"�""�' _ _`_ .�.:��:. - =- - _ _ . . _ _ - -
- ,.�..r.::.�.--. - - . . _ - - - � --
"��+.�,� _ _ _ — - = ' ��.1 - - ` -
� " ,... . -�� .-��+• - ` - - _ _ - -. .
"'.�'rr�a � ..�- �- _ - -�. _ s-
� . . _ . -"'+" - -
- - - - �... �r� . . „_'�. - ^ - - -, . . _ . .
�� ,tir!s = - -
� =�,ry�t„-�yr . �
...�_„�"""'�-- �
r
a wr�i.� , .�
__-_ - - --_ ��i
�
1 IMPORTANT NOTICE
To obtain information or make a compla int:
2 You may contact your
at 817.834. 7111 .
3 You may call Insurance Company of the
West/Independence Casualty & Surety Company's
toll-free telephone number for information or to
make a complaint at:
1-800-877-1111
4 You may also write to Insurance Company of the
West/Independence Casualty & Surety Company
at:
11455 El Camino Real
San Diego , CA 92130-2045
5 You may contact the Texas Department of
Insurance to obtain information on companies ,
)Verages, rights or complaints at:
1-800-252-3439
6 You may write the Texas Department of
Insurance:
P. 0 . Box 149104
Austin , TX 78714-9104
Fax: (512)475-1771
Web: http ://www.tdi.st ate.tx.us
E-mail : ConsumerProtection@tdi .st ate. tx. us
7 PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should contact the
John A. Miller & Associates , Inc. first. If the dispute
is not resolved , you may contact the Texas
Department of Insurance.
8 ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
AVISO IMPORTANTE
Para obtener informacion o para someter una
queja :
Puede comunicarse con su Agent al 817 .834-
.7111.
Usted puede llamar al numero de telefono gratis de
Insurance Company of the West/Independence
Casualty & Surety Company's para informacion o
para someter una queja al :
1-800-877-1111
Usted tambien puede escribir a Insurance
Company of the West/Independence Casualty &
Surety Company al:
11455 El Camino Real
San Diego, CA 92130
Puede Comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas , derechos o quejas al:
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas:
P. 0 . Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.td i.state.tx.us
E-mail : ConsumerProtecti on@tdi .state. tx. us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo, debe comunicarse con el John A. Miller &
Associates , Inc. primero. Si no se resuelve la
disputa , puede entonces comunicarse con el
departamento (TOI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto.·
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This Contract made and entered into this the Z O day of Ju '/ A.D.,
2010 , by and between the CITY OF FORT WORTH, a home-rule municipal 6orporation situated in
Tarrant, Denton, Parker, and Wise Counties, Texas , by and through its duly authorized Assistant City
Manager, ("Owner"), and William J. Schultz, Inc., dba Circle "C" Construction Company ,
("Contractor"). Owner and Contractor may be referred to herein individally as a "Party" or collectively
as the "Parties."
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows :
Sanitary Sewer Line to serve the Westside Water Treatment Plant
Capital Project No. 00456
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City bf 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 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 Calendar days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as prov · mt enera
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH 1 TX
Conditions , there shall be deducted from any monies due or which may thereafter become due him, the
sum of $210 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 co st.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the
project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees , from and
against any and all claims or suits for property loss, property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and
employees and any damage , loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receiv es 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 prov ided
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 contractor shall be made in
one lump sum. Payment shall not be made for a period of 45 calendar days from th ate-the-wer'l<'-fIBS---,
been completed and accepted by the Owner. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
B . If the contract amount is in exces s 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 fo r the protection of the Owner.
D . A Two-year Maintenance Bond in the name of the Owner is required for all projects to
insure the prompt, full and faithful performance of the general guarantee contained in the Contract
Documents .
8 .
The Owner agrees and binds itself to pay, and the Contractor agrees to receive , for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a ,
shall be Four Hundred Fourteen Thousand, Two Hundred Three Dollars and No Cents
{$414,203.00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any
request for any sublease or assignment shall be made in writing and submitted to the Director of the
Engineering Department.
10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified , promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein .
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and go verning 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 10
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 .
Done in Fort Worth , Texas , this the Zo day of Jv l '-) , r2Ar'.'fl.,'"'mnr.------.
---+-, ----OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
RECO~ED:
BY:~
DIRECTOR, DEPARTMENT OF
WATER
William J. Schultz, Inc., dba
Circle "C" Construction Company
CONTRACTOR
~
BY: -~L~~~_t:)_J._~-~+----
Teresa S. Skelly Y
Vice-President
TITLE
P. 0. Box 40328, Fort Worth, TX 76140
ADDRESS
CITY OF FORT WORTH
FERNANDO COST A , ASST CITY MANAGER
ATTEST:
APPROVED AS TO FORM AND
LEGALITY:
Cont~c t Authorizatioa
/1l)l10
Date
OFFICIAl RECORD
CITY SECRETARY
FT. WORTfol, TX
Section 7.0
Permit
TARRANT COUNTY PERMIT NOTES:
1. Contractor shall contact Tarrant County 30 days prior to installation
of pipeline beneath Old Weatherford Road.
2. Contractor shall submit Permit to Tarrant County. Permit Documents
are attached.
3. Contact Joel Tram (817-366-4486) or Doug Keesey (817-229-3217).
4. Reference Existing Permit Number 8-153.
/
AUG-26-2008 TUE 04:17 PM FACILITIES MGMT FAX NO. 8178841178 P. 01
Precinct#: _j_
Date: 8-12-08
UTILITIES COMPANY PERMIT 153
Pennit #: o-a
·Finn Name: TCB/ AECOM
Contact .Person: Soon Wong
Address: 1200 .Summit Ave. Suite 600
Fort Worth, TX 76102 .,
817-6~6768 Fax: 817-698-6701 Phone:
Is herepy permitted to work within the Tarrant County R.O.W . (Right-of-way) in
acoordanco with the Tarrant County Transportation Services Departments provisions and
specifications.
LOCATION OF PROPOSED WORK (WITH MAPSCO #:)
The proposed construction is located at west of Fort Worth as shown on
attachment A vicinity map • and it can also be.found on MAPSCO ? lF and .71 G
DESCRIBE PROPOSED WORK lNDETAIL: _______ _
The proposed work is a sanitary sewer pipeline construction for future sewage
flow generated in the i.tnmediate area. Tbe method of construction for the
proposed sanitary sewer.line crossing under the Old Weatherford Road as shown.
in the attachment B and the sanitary sewer plan and profile sheet will be other
than open installation. ·
SPECIAL INSTRUCTIONS:
1. Roads are to be bored and nQl open cut.
2. Contact Doug Keesey at (817) 229-3217, 24 houn PRIOR to working in the
County right-of-way.
3. This pennit is valid for 30 days from the above written .date. A new permit is
required if the project is delayed or extended.
4. Please re,.establish vegetation after work is comP,
mulch I seeding, etc.).
Signature of Firm Name Representative
~C/(;11\. ~. {No.-,~ .
Printed Name of Firm Nam epresentati
Precinct#:
UTILITIES COMPANY PERMIT
Date: Permit#:
Firm Name:
Contact Person: ___________ _
Address:
Phone: Fax:
Is hereby permitted to work within the Tarrant County R.O.W. (Right-of-way) in
accordance with the Tarrant County Transportation Services Departments provisions and
specifications.
LOCATION OF PROPOSED WORK (WITH MAPSCO #:), _____ _
(Attached layouts as necessary.)
DESCRIBE PROPOSED WORK IN DETAIL: _________ _
(Attach additional sheets if necessary.)
SPECIAL INSTRUCTIONS:
1. Roads are to be bored and not open cut.
2. Contact Doug Keesey at (817) 229-3217, 24 hours PRIOR to working in the
County right-of-way .
3. This permit is valid for 30 days from the above written date. A new permit is
required if the project is delayed or extended.
4. Please re-establish vegetation after work is completed (i.e. hydromulch, sod,
mulch w/ seeding, etc.).
Transportation Services Department Signature of Firm Name Representative
Printed Name of Firm Name Representative
>·
RmJed (Court Order 74)23)
A,,ril 16, 1996
POLICY & SPECIFIC,A.TIONS FOR INSTALLATION/REP~
OF A UTILITY IN COUNTY RIGHT-OF-WAY
I
' A. Any person, firm, or corporation (hereafter called Utility) dcriring ·to do any type of
· construction within the right-of-way of a County ro~ such as imtalling. conncc1ull to, or
repairing utilities, shall first make application to the Tarrant Cowaty Transportation
Services Department for a permit
. B. The Utility expressly recognizes that the issuance of a permit by Tarrant County docs not
grant any right, claim, title, or casement in or upon the road or its appurtenances. In the
future, should Tarrant County, for any reason, need to work. ·improve, relocate, widen,
increase, add to, decrease, or in any manner change the structure of the road or right-of•
way, the line, if affected, will be moved, or rclocat.ed at the complete expc::mc of the
Utility.
C. Tarrant County, its employees, agents or _ assigns will be held barmleu of all claimi,
actions, or damages of eveey kind and description which may ~ to or bo suffered by .
any person or persons, corporation, or property by reason of the performance of.~y such . . . . ..
work, character of material used or manner of installation, maintenance or operation or by
improper occupancy or rights:.of-way or public place or public structure, and in case my
suit or ~ction is brought against Tarrant County for damages arising out of or by reason of .. .
any of the above causes, Utility, its successors or assigns, will upon notice to him or them
of commencement. of such action, defend the same at his or their own expense, and will
. satisfy any judgment after said suit or action shall have finally been determined if adverse
· to Tammt County.
D. Tarrant County, its employees and agents will, at not time, be held liable for any dama&e
or injury dope to the property of Utility whether in contract or in tort, which may result
~m improving and/or maintaining County road. ·
. .
E. Rcq~ for Utility's appurtenances to be placed within ~~ty rights-of-way that aro
-larger than ~e standard tel~pho.nc .riser boxes, wata meten, sq meters, etc. will be studied .. . . .. .. .
on a case by case basis; right-of-way wid~. roadway p>metrics, sieht distance. roadway
~tcnance.-and public safety will be studied prior to the issuance or denial of a pennit
... ···--..... .
. ···-r-·. -· -··-·· .. , -• ... . .. . . . ... .. .. . . .
F. · Utility requesting pcmiit must provide three copies of drawin~ or diagrams sbowina ·
p~oposed utility location with respect to right-of-way, type of utility, ~ length. and.
material.
G. The construction and maintenance of such utility shall not interfere with tho property and
rights of a prior occupant. Wh!=n necessary to remove or adjust another utility, a
representative of that utility shall be notified to deci~e method and work to be done. Any
cost of temporarily or permanently relocating other utilities shall be borne by permit holder
or contractor.
H. The Utility/Contractor shall make every effort to open and close all trenching operations
during the daylight hours of one day. Appropriate~ shall be followed in the
interest of safety, traffic convenience and access to adjacent property for all tr=cblng
operations. It shall be the responsibility of the Contractor 1o· adhere to 1he section on
construction and maintenance as outlined in the Texas Manual op Uniform Traffic Control
Devices,
I. All lines, where practicable, shall be located to cross roadbed at approximately right angle
thereto. No lines are to be installed under or within 50 feet of either end of any bridge. No
lines shall be placed in any culvert or within 1 O f ect of the closest point of same.
J. Parallel lines will ho installed as near t~ the .right-of-way line as possible, an4 ~ panllel
line will be installed in the roadbed or between ;the drainage ditch and the roadbed without
special permission of the Transportation Services Department.
K. No wodc shall be performed in the County right-of-way until after a pennit bu been Issued
by the Transportation Services Department Each pemiit will bo valid for 1. period of thirty
(30) calendar days from issue date. If construction bas not been completed within this
period, permit must be renewed. The Contractor ahall have tho cxocuted permit available
on the job site during the duration of the work.
L. All open cut excavations shall be no greater in width than 1* micesmy to adequately imtall
the utility line. The . minimum depth of a utility line shall be twenty-four inches (24")
below the flowline of existing ditch.
M. · Operations along roadways shall be performed i,n such a manner that all ~ca~ matctjal
... be kept off the pavements at all times, as -well as all operating equipment.~ materiais.
· N9 equipment or installation procedures will be used which will damage any road surface
or structures. 'The cost of any repairs to road surfacei roadbed, structures, or .other right-of-
· ·2 .. . . . . . • .. ·· ...
. . .
. ~-· _ ..... ·-··. -·-······-.
N. way features as a direct result of this installation will be borne by tho Utility.
Upon completion of the project, all equipment, construction material. surplus materiab,
trash. broken concrete, lumber, etc. shall be removed from the construction site. The entire
construction site shall be graded and cleaned tq present the appcarancc as it was prior to
construction or better.
O. For utility lines crossing under County road, Co~r shall bo required to drill. ~ or
bore through the subgradc at a depth .to be determined by tho T~n Servica
Department. If, however, such procedure is deem~ impractical by reason of rock.
. .
utilities. underground construction or ternin, spccl'1 permission shall be granted by tho
Tarrant County Transportation Services Departmez{t before an open ·.road cut will . bo ·
allowed. If approved. trenching. backfilling, and resurfacing of tho cut shall be done in
accordance with the procedures outlined in this specification. The Utility/Contractor shall
be responsible for all paving repair for a period of one year after completion.
P. Backfill rcquitcmcnts for all open cut excavation and trenches shall be as follows:
1. Areas not subject to or influenced by vehicular traffic -tho trench backfill shall be
placed in layers not more than ten inches (lOj in depth, and shall be compacted by
whatever means the Contractor chooses. . . .
2. · ~ subject t? or influenced by vehicular traffic-tho traich backfill sba11 be ·
mechanically compacted in six-inch (6") lift., to a minimum of ninety percent
(90%) modified proctor density.
L Dirt Roads-Backfill shall be well tamped in six inch {6j layc:ra to a·po1nt
nine inches (9") below the surface of the road. after which one-foot (l ') of
b.
I
good gravel shall be tamped until level with the existina surface.
Gravel Roads and Streets -Backfill shall be well tamped in six inch (6")
· layers to a point nine inches (9'') below tho surface of the road after which
one foot (l ') of good gravel shall be tamped until level with the e:x1sting
surface.
c. · Asphalt Roads -Backfill materials shall be selected mineral qgreg!lle and
_cement in proportions of 27 to 1, properly COinPlf~ (~peel to proper
density of 90%). to within two inches (2'!) of. TOad surface. Aspbaltic
con'crete must then be added and tamped or rolled to make a level aurface
· with existing road surface.
3
. . ... ·-······.
r
Q. The Contractor shall not cut or open more than one-half of the ro~way at a time, in order .
to maintain the flow of traffic at all times. However, in an emergency or with the
permission of the Tarrant County Transportation Services l)cpartmcnt, the total widt,h of
the roadway may be cut or opened,. provided barricades aro placed at tho first int.eraection
each way from the cut, and suitable detour signs aro erected.
R Any and all of the above work shall be done under th~ direction ot; and bo ~ to,
the Tarrant County Transportation Se~ces DepartmcnL The holder of the permit shall
notify the Tarrant County Transportation Services Department twenty-four (24) hours
prior to the time the work will be done, and a County Inspector shall be pcscnt at the time
the work is done. This will in no way relieve the permit holder from hiJ .responsibility for
maintenance due to failure of the repaired cut
s. Failure to Comply with Specifications: If an opening or cut is ~ refilled and restored as
herein provided. and approved by the Tmant County Transportation Services Department,
it shall be the duty· of the Tarrant County Transpo~on Services Department to notify the
permit holder in writing to refill and restore the opening to tho satlmctlon of the . Tarrant
County Transportation Services Department · If the permit holda fiill to eomply to tho
written request within three (3) days after teccipt of such notice, the Tarrant County
. .· . . ..
Transpo~tion · Services Department shall ~rt this fact to the Cornrn_issioncn' -court,
who my thereupon order the Tarrant County Transportation Services Department to have
the cut refilled and restored at the .cost of the permit bolder.· Th~ estimate of tho Tammt
County Transportation Services Department as to the cost of such refilllna md restoration
shall be the established cost against the permit bolder. No further permits shall be issued
to such a permit holder until these costs have been paid.
Prepared by: Tan;ant County Transportation Strvlcu Dtparlmlnt
100 E. Weatherford Street, Room ,fOl..
Fort Worth, texas · 76196-0601.
Telepho,u (817) 884-1250
4
.. . ... . .... . . . .
-· -... ••-oO •••-··---M ... 00 ..... . . ..
,.
..
~· "
Section 8.1
Project Easements
Section 9.1
Geotech Report
November 3, 2008
Mr. Rick Zohne, P.E .
Project Manager
TCB
1200 Summit Avenue, Suite 600
Fort Worth, Texas 76102
Re : Geotechnical Investigation
Westside Ill and IV Sanitary Sewer Line
Fort Worth, Texas
Mas-Tek Project No. E08-0901-02
Dear Mr. Zohne:
MAS-TEK Engineering
& Associates, Inc.
Phn : (817) 698-6700
Fax: (817) 698-6701
E-mail: Richard .zohne@tcb .aecom.com
Please find enclosed our report summarizing the results of the geotechnical investigation
performed at the above referenced project site. We trust the recommendations derived from
this investigation will provide you with the information necessary to complete your proposed
project successfully and in a cost effective manner.
For your future geotechnical investigations, construction materials testing and related quality
control requirements, it is recommended that the work be performed by Mas-Tek in order to
maintain continuity of inspection and testing services for the project under the direction of the
geotechnical project engineer.
We thank you for the opportunity to provide you with our geotechnical services. If we can be
of further assistance, please do not hesitate to contact the undersigned at (972) 709-7384.
Sincerely,
MAS-TEK ENGINEERING & ASSOCIATES, INC.
c.-]/A//u_ ft,;/~
Mike Roland, P.E .
Project Manager
Mark J . Farrow, P.E.
Principal _ ... ,,~,,,,
--~e.oF r~ \, -'.\~'··········"-'.'I: ,, ~ ~ .. ···· ···,4,., Q8~ I' \t •• •• '14
d'~ I \~~ {••••:•o• o•o•••oo o••••o•••••:• •• 0 1.
~····~-~.~.~.:':.~~.~F!.?.~ ... J 'a 1i·· 48 0 59 ,.A,-:f 80 o;:.,-•• f!cEr~stc.~ •• ·~$
,,~sioNAL~~~
"''-'tl..'-""-~-
Geotechnical Consulting & Materials Testing
3228 Halifax , Suite B Dallas , Texas 75247 972 709-7384
PAGE
1.0 INTRODUCTION ....................................................................................................... 1
1.1 PROJECT DESCRIPTION----------------------------------------------------------------1
1.2 PURPOSE AND SCOPE------------------------------------------------------------------1
2 .0 FIELD INVESTIGATION ............................................................................................ 1
3.0 LABORATORY TESTING .......................................................................................... 2
4 .0 SITE AND SUBSURFACE CONDITIONS ................................................................. 2
4 . 1 GENERAL SITE CONDITIONS----------------------------------------------------------2
4 . 2 SI TE GEOLOGY-----------------------------------------------------------------------------2
4 . 3 SU BS UR FACE CONDITIONS ----------------------------------------------------------- 2
4 .4 GR OUN DWA TE R CONDI Tl ON S--------------------------------------------------------2
5 .0 UTILITY TRENCH EXCAVATION AND BACKFILL ................................................... 3
5 .1 EX CA VA Tl ON CONS I DE RA Tl ONS ----------------------------------------------------3
5 . 2 0 PEN CUTS----------------------------------------------------------------------------------3
5 . 3 TRENCH BRACING/BORE PIT SH ORI NG -------------------------------------------4
5 . 4 DEWA TE RI NG-------------------------------------------------------------------------------4
5 . 5 CO RR OS ION CONS IDE RATIONS -----------------------------------------------------4
6 .0 LIMITATIONS ............................................................................................................ 5
ILLUSTRATIONS
FIGURE
PLAN OF BORINGS .................................................................................................. 1a & 1b
LOGS OF BORINGS ..................................................................................... 2 THROUGH 11
LEGEND -KEY TO LOG TERMS & SYMBOLS .................................................................. 12
RECOMMENDED TEMPORARY SLOPE RATIOS (PER OSHA) ....................................... 13
DESIGN OF TRENCH BRACING ....................................................................................... 14
MAS-TEK ENGINEERING & ASSOCIATES, INC. EOS-0901-02
GEOTECHNICAL INVESTIGATION
WESTSIDE Ill AND IV
SANITARY SEWER LINE
FORT WORTH, TEXAS
1.0 INTRODUCTION
1.1 PROJECT DESCRIPTION
The project consists of open cut construction on the north and south sides of Old
Weatherford Road in Fort Worth, Texas . See Figures 1 a and 1 b for project alignment.
1.2 PURPOSE AND SCOPE
The purposes of this geotechnical investigation were to: 1) explore the subsurface
conditions at the site , 2) evaluate the pertinent engineering properties of the subsurface
materials, 3) provide recommendations for open cut trench construction .
2.0 FIELD INVESTIGATION
The field investigation included 10 sample borings along the proposed pipeline alignment.
The borings were advanced to depths of 20 to 28 feet below the existing ground surface . A
truck-mounted drill rig was used to advance these borings and to obtain samples for
laboratory evaluation. The borings were located at the approximate locations shown on the
Plan of Borings (Figures 1a and 1b).
Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard ,
thin-walled, seamless tube samplers. These samples were extruded in the field, logged,
sealed, and packaged to protect them from disturbance and maintain their in-situ moisture
content during transportation to our laboratory. The shale and limestone formation
encountered was evaluated with cone penetration tests. The limestone formation was cored
at Boring 1S
The results of the boring program are presented on the attached Logs of Borings , Figures 2
through 11 . A key to the descriptive terms and symbols used on the logs is presented on
Figure 12 .
MAS-TEK ENGINEERING & ASSOCIATES, INC. EOS-0901-02
PAGE 1
3.0 LABORATORY TESTING
Laboratory tests were performed on representative samples of the so il to aid in classification
of the soil materials . These tests included Atterberg lim its tests , moisture content tests , and
dry unit weight determinat ions . Unconfined compressive strength tests and hand
penetrometer tests were performed on selected samples of the cohesive soils to provide
indications of the swell potential and the foundation bearing propert ies of the subsurface
strata
4.0 SITE AND SUBSURFACE CONDITIONS
4.1 GENERAL SITE CONDITIONS
The project consists of open cut construction on the north and south sides of Old
Weatherford Road in Fort Worth , Texas. See Figures 1 a and 1 b for project alignment.
4.2 SITE GEOLOGY
As shown on the Tarrant sheet of the Geologic Atlas of Texas , the pipeline alignment is
underlain by the Duck Creek , Kiamichi and Goodland Formations which consist of limestone
and shale .
4.3 SUBSURFACE CONDITIONS
Subsurface conditions encountered in the borings , including descriptions of the various
strata and their depths and thickness , are presented on the Logs of Borings . Fill soils
cons isting of clay soils containing varying amounts of calcareous deposits and rock
fragments were encountered to depths about 3 feet below existing grade in the area of B-1 .
The underlying soils generally consist of clay soils overlying the limestone formation . Note
that depth on all boring logs refers to the depth from the existing grade or ground surface
present at the time of the investigation . Boundaries between the various soil types are
approximate .
4.4 GROUNDWATER CONDITIONS
The borings were advanced using auger drilling methods. Advancement of the borings
using these methods allows observation of the initial zones of seepage . Seepage was
detected in some of the borings at depths of 12 ' to 18 'during drilling and after completion of
MAS-TEK ENGINEERING & ASSOCIATES, INC. EOS-0901-02
PAGE 2
drilling as ind icated on the boring logs . Seepage should be anticipated after periods of
ra infall in all areas .
It is not possible to accurately predict the magnitude of subsurface water fluctuations that
m ight occur based upon short-term observations . The subsurface water condit ions are
subject to change with variations in climatic condit ions and are funct ions of subsurface so il
condit ions , rainfall and water levels with in nearby creeks , lakes and ponds .
5.0 UTILITY TRENCH EXCAVATION AND BACKFILL
Trench excavation for utilities should be sloped or braced in the interest of safety . Attention
is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regard ing
trench excavat ions greater than 5 feet in depth . Trench excavations should be backfilled
with on-site soil compacted in 8 inch lifts to 95% ASTM D-698 . Clay soils should be
compacted at optimum +4% above optimum . Sandy soils having a Pl of less than 25 should
be compacted at -1 % to +3% of optimum. For fill depths over 12 ', compact ion should be at
-2% to +2% of optimum to 98% ASTM D698. For fill depths over 22', compaction should be
increased to 100% ASTM D698.
5.1 EXCAVATION CONSIDERATIONS
It is understood that open cut trench excavations will be performed at this site . It is
understood that trench depths will generally be less than 15 feet deep. Excavation depths
will exceed 20 feet at the south end of the alignment For excavations to any depth in
unstable soil (sand, grave l, soft clay , existing fill , submerged soil ) or unstable rock
(weathered limestone), or where seepage or sloughing is observed , it will be necessary to
employ either sloped excavations or temporary brac ing .
For excavations to depths in excess of five feet , it will be necessary to employ e ither sloped
excavat ions or temporary bracing , regardless of the soil conditions encountered. General
guidelines for the design of these two a lternatives are discussed in the following sections .
5.2 OPEN CUTS
Recommended slope ratios fo r the respective soil conditions are presented graphically on
Figure 13 . Trench excavat ions encountering submerged soils , jointed soil or fractured rock
from which water is seeping should be cut back in accordance with OSHA regulations as
MAS-TEK ENGINEERING & ASSOCIATES, INC. EOS-0901-02
PAGE 3
indicated on Figure 13 . Trench excavations to depths of less than five feet in unstable soil
or unstable rock as described above should be cut back in a sim ilar manner as described
above . It should be recognized that free standing slopes will be less stable when influenced
by groundwater or saturated by rain . Surcharge loads , such as those resulting from
excavation spoil, or equipment, should be placed no closer than two feet from the crest of
the slope , in accordance with OSHA regulations . Vehicle traffic should be maintained at
least five feet from the edge of the crest.
Excavations may encounter non-compact fill soils placed during previous construction of
underground utilities . If encountered , these fill soils should be sheeted , shored, and braced ,
or laid back on slopes no steeper than 2 (H):I (V).
5.3 TRENCH BRACING/BORE PIT SHORING
Where site limitations require excavations to have vertical side walls, an internal bracing
system will be necessary. Bracing may consist of timber or steel shoring or manufactured
steel trench braces. The lateral pressure distribution to be used in the design of trench
bracing may be determined as presented on Figure 14. It should be recognized that
pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads
at trench side walls, dynamic loads, and vibration, which if present , must be included in
bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated
rigid steel unit adequate to withstand anticipated lateral pressures may be used in areas
where large lateral ground movements are not objectionable .
5.4 DEWATERING
It should be anticipated that groundwater will be encountered in excavations particularly
after periods of heavy rain or during elevated levels within nearby creeks , lakes and ponds .
In areas where groundwater is encountered, a system of ditches , sumps, and pumping will
be required to provide groundwater control. The design of the actual dewatering system
required is the contractor's responsibility . This includes the control of tail-water flow through
trench backfill sections .
5.5 CORROSION CONSIDERATIONS
Corrosion considerations are to be evaluated by others.
MAS-TEK ENGINEERING & ASSOCIATES, INC. EOS-0901-02
PAGE 4
5.6 BORE CROSSING
A bore crossing is planned beneath Old Weatherford Road between Borings B-5 and B-1S .
At B-5 , moderately hard to hard weathered and fractured calcareous shale and limestone
was encountered below a depth of 11 feet (with groundwater at 16 feet in September 2008).
At B-1 S, hard gray limestone and calcareous shale was encountered below depths of 7 feet.
See Boring Logs .
6.0 LIMITATIONS
The professional services , which have been performed, the findings obtained , and the
recommendations prepared were accomplished in accordance with currently accepted
geotechnical engineering pr inciples and practices . The poss ibility always exists that the
subsurface conditions at the site may vary somewhat from those encountered in the
boreholes . The number and spacing of test borings were chosen in such a manner as to
decrease the possibility of undiscovered abnormalities , while considering the nature of
loading , size , and cost of the project. If there are any unusual conditions differing
significantly from those described herein, Mas-Tek should be notified to review the effects
on the performance of the recommended foundation system .
The recommendations given in this report were prepared exclusively for the use of the Client
and their consultants. The information supplied herein is applicable only for the design of
the previously described development to be constructed at locations indicated at this site
and should not be used for any other structures, locations , or for any other purpose .
We will retain the samples acquired for this project for a period of 30 days subsequent to the
submittal date printed on the report . After this period , the samples will be discarded unless
otherwise notified by the owner in writing.
MAS-TEK ENGINEERING & ASSOCIATES, INC. EOS-0901-02
PAGE 5
FIGURES
MAS-TEK ENGINEERING & ASSOCIATES, INC. EOS-0901-02
: i
CPI
S/8 ' C IRS
EL. 9 10. J8
N1 i,S9SJ7. 93
€1 2270~28. 5)
. ,_ . ,. ·J El_;<~:5.E,:C. L_ClC!_E:_1::8; ::.
\'//'·"·"'--"'
I
'l PROP. J O" WAT ERL tNE
LlNE 'A'
·-·-------··-· ---···
C ~z
0
0 ....
a: u c.n <,:
_J cc
01-
I v~
aJ
<
"-
'· .-·· \.--· ....... --· .,, . -·· -··
I
I
\
..... -....... ·
_i
1., ....... :::..:: ..... -· .,,..··
'/
.,...-· --·
-···
.. -· ·-·--··--------------------------
:::::::.:-
I i .. -·:::·:::::::::::
L_ ________ _l:::::::::::::::::::·:~---·
j:
,I I:
:I
~
d
A --1
~
ti
H.
ii
ji
i i ,,
ii
ji
( i
200 O zoo 400
~
sc,1,LE U-1 FEET
FM INTER IM REVIEW ONLY
-. ;/!L7:::c ;::c::c~--~"= ;::c~ .. ~ .. :: .. :: ::•::.::•:: :::; ::•:: :: :: ;."1= = =·=i:=~::;:::~:::=~=~=~=~=c=c=;=;::::=J~ ~~--;.-·c_,:_~_1·:_E_:_~_r_~_!_~:_·i_.~-~-~!o_!~_:_~~-~--l
: / / ·· .':' 5/8" c RS :
,' .'/. // El. !196. &4 1--+-----------+--+-~
i // // ~: ;;:~!~:: ~: '. l---+-----------4-_.. _ _..
( PR OP. )o• WJ.TERLINE
LHIE'A'
·-.i.
11'1 Ult
!'Q.rrWoru CITY OF FORT WORTH, TEXAS
--.,..,.....-DEPARTMENT OF ENGINEERING
·r-~----·--·--~~-· ----=-·---·=·.--:-..:..:::·.·:.:..=..·:-.·.::.:..:.== ·-··-··----·--··-··
5/8' CIRS
EL. BH.2G
\ PROP. Jo· ll'LT ERL INE
LI N!: '8'
~,i--;Eti';§',:§.'fi~~i=-!i>:c.¥?';§=.,,·-·.-.-=..-.-=.·.-.-=.·.-.-=.·.··4
CP6 I
S/8'C I RS
EL. 893, 58
N1 ,,s6S IS."'
E.1 22613 1,t .21
WESTSIDE Ill, WESTSIDE IV, & PROPOSED
SANITARY SEWER LINE TO SERVE THE
NORTHWEST WATER TREATMENT PLANT
WATERLINE LAYOUT
& HORIZONTALCO NffiOL
TCB I AECOM =.'S=':::":'-··· ti, 69591 1'1. 10
E, Z21i'72!1J. OS
'" ~--------------------------------------·-------------------------------_J_::::_~:_..l..==-....:.:!-_Jc:::.:__!.'....::.··..:·~-.J
l'H . .-1\..,VV
NCTCOG Maps
www.dfwmaps .com
C"<l!:,C 1 Vl 1
DISC LAIMER
This data has been compiled for NCTCOG. Various
official and unofficial sources were used to gather this
information. Every effort was made to ensure the
accuracy of this data, however, no guarantee is given
or implied as to the accuracy of said data.
htt p ://www.dfwma ps.com/print.asp?Laye rs=o n&AERIAL07=on
F1:1 lb
10/8/2008
'-
LOG OF BORING 8-1
Project: Westside Ill & IV -Ft. Worth , Texas Project No.: EOB-0901
Date: 09/23/2008 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: after 1 day
Depth to caving when checked:
was: 14'
was:
ELEVATION/ I SO IL SYMBOLS
DEPTH SAM PLER SYMBO LS
(feet) & FIE LD TEST DATA
r o ~ 1,,. t8 X 1915"
~ '~ ~ 16/6"
' ~
~ ~,
>-5 ' ~ ~,
~I\~ ~
' ~ ~ ~ I -'
~ ~
' ~
~ ~, I
>-10 ~ 's
k
'\
~l\
~
~ ' ~ ~ ..... k ' ----::. •
r 15 I
~~=f~
-20
~~~~ YJ 50/1"
50/0.5"
>-25
>-30
35
DESCRIPTION MC LL PL Pl -200 DD P.PEN UNCON Strain
%%% % pcf tsf ksf %
-t------------------------+------1-----1----,...._4~+-~ - ----
Da rk brown , tan & gray CLAY w/ limestone fragments &
calcareous nodules , jointed (FILL ) 17 59 21 38 4.5+
4.5+
+-----------------------+-----_,__ ---1----- --------
Tan & light gray silty shaley CLAY w/ calcareous
deposits & limestone fragments, jointed
22 54 20 34
4.5+
2.8
105 2.4 3.8 10.9
2 .0
-1---M-o_d_e_r_a-te--l-y _h_a-rd-ta_n_c_a_lc-a-re_o_u_s_w_e_a_th_e_r_e_d_C_L_A_Y-----1-18491631 f---111-4 s.•f-1o)--s:s -
SHALE w/ li mestone seams, join ted
-+------------------------·--- ---·------ --t--------
Hard gray SHALE w/ hard limes tone seams , jointed
-l----------------------·---+-+--+--l---l---1--1---l--l
Boring terminated at 20'
l Notes: Completion Depth: 20' FIGURE:2
MTE, INC.
LOG OF BORING B-2
Project: Westside Ill & IV -Ft. Worth, Texas Project No.: E08-0901
Date: 09/23/2008 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: after 1 day
Depth to caving when checked: after 1 day
was: 17 .6'
was: 18.2'
ELEVATION/ I
DEPTH
(feet)
0
5
SOI L SYMBOLS
SAMP LER SY MBOLS
& FIELD TE ST DATA
~ ' \
~ ~
b \~~ ~
'~ ~
~ ' ~ ~ ~
~'1 50/0.12"
Ii
~~~~
~ t::r9ri5
i:r';it ] t:t.ir ] ] I tr;;.r ]
~I J ::rJ ]
50/0.12"
I
50/0.75"
50/0"
-1:1)1;¢
>-30
f ~ 35
-...,.. I
50/0.12''
50/0.12"
DESCRIPTION MC LL PL Pl -200 DD P.PEN UNCON Strain
% % % % pcf tsf ks r %
+------------------------+--t-----r------ - -- --1---- ---4.5++ Dark brown CLAY w/ calcareous nodules , Jointed
20 68 23 45 4 .5++
-t------------------------t--t---------------------
Tan silty CLAY w/ lim esto ne fragment , sand & 4.5++
calcareous deposits 4.5+
__ T_a_n_&_g_r_a_y_s_i-lt_y _s_h_a_le_y_C_L_A_Y_w_/_c_a_lc_a_r_e_o_u_s_d_e_p_o_s_it_s_&--t-:20~ 5419 35 ..... --111--4-:S+ _,_ ii:'i --S:-o -
limestone fragments , jointed 3.25
-i--------------------------+------- -- - ---- -- ------4.5+ Moderately hard to hard tan weathered calcareous
SHALE , fractured W/ hard limestone seams 4.5+
-1------------------------f----------- --- --t------ -Hard gray LIMESTONE
;------,-------------------+------ ----- --- --t------ -
Hard gray SHALE , jointed
-1-------------------------l--------t--------t------
Hard gray LIMESTONE w/ occasiona l fractures & shale
layers
Boring term inated at 20 '
I
~ _____________ __..___._.L.......L._,____.__.....____,__--1--..'-;
Notes: Completion Depth: 20' FIGURE:3
MTE, INC.
~l
LOG OF BORING 8-3
Project: Westside Ill & IV -Ft. Worth, Texas Project No.: EOB-0901
Date: 09/24/2008 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: after 1 day
Depth to caving when checked: after 1 day
was: 12.3'
was: 15.3'
ELEVATION/ I
OEPTH
{feet)
30
35
SOI L SYMBO LS
SAM PLER SYMBOLS
& F IE LD TEST DATA
DESCRIPTION MC LL PL Pl -200 DD P.PEN UNCON Strai n
%%% % pcf tsf ksf %
-+-------------------------- - ---------- -----i--- -4 .5++ Dark brown silty CLAY w/ trace calcareous nodu les .1-=--::.____:_____:_.:::_______:'.::=::':::::'.:::=::::::::::.--.:.__::_=-=..::.....:..:::___..::....:...:....:_.:....:_____:_____:___::_:..__+ ----- - ------4 _5++'------
Tan & light brown silty CLAY w/ limestone fragments &
calcareous deposits 9 56 21 35 12 1 4.5++
-1-------------------------t-------t-----
Tan & light gray silty shaley CLAY w/ ca lc areous 4 .5-t+ -i--
deposits & iron rust stains , jointed
4 .5++
22 74 25 49 104 3.2 3 .5 6 .0
3 .8
-1------------------------t----------~ -----------
Hard gray SHALE w/ hard gray limestone seams , jointed
Boring terminated at 20'
l Notes: Completion Depth: 20' FIGURE:4
MTE, INC.
LOG OF BORING B-4
Project: Westside Ill & IV -Ft. Worth , Texas Project No.: EOS-0901
Date: 09/24/2008 Elev .: Location: See Figure 1 ~
Depth to water at completion of boring: Dry
Depth to water when checked: after 1 day
Depth to caving when checked:
was: 13'
was:
ELEVATIO N/ I
DEPTH
/feet\
5
10
15
1-20
25
~30
~35
-
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TEST DATA
N"I
r.:n:=111116/6" "~ IX 3116"
~~ 25/6"
:i:i!1
DESC RI PT ION MC LL PL Pl -200 DD P.PEN UNCON Slrain
%%% % pct tsf ksf %
-1--D-a_r_k_b_r_o_w_n_C_LA_Y_w_/_lim_e_s-to_n_e_f-ra_g_m_e_n-ts-------+-_,_ _ ,_ -'"_,_ ----4 .s..-~ --~ --
20 68 24 44 4.5++ -!------------------------+---------_L__ -----1------ -Tan severely weat hered LIMESTONE , highly fra ctu red
-1' hard limestone laye r at 3'
14 4.5+
-+--T-a_n_&-lig_h_t_g_r_a_y_fil!!Y._il_t _s_h_a_l_e_y _C_L_A_Y_w_/_c_a_lc_a_r_e_o _us----1-_,_ -------~ --~4:S+ -'-----,_ --
deposits & lime stone fr agments , j ointe d 4.3
16 55 19 36 3.25
28 2.8
--1--------------------------+--f--_.,__ _._ ---L-. --L.---L--------
Ha rd gray LIMES TONE w/ tan wea thered sea ms ,
""t"--...:.fr..::a:.::c:.::tu::.:r..::e..::d'-----------------------r ---------~ ----_._ --1----
Hard gray SHALE w/ hard li mestone seams , j ointed
Bo ring term inated at 20 '
Notes: Completion Depth: 20' FIGURE,5 '-(
MTE, INC.
LOG OF BOR ING 8-5
~ Projec t: Wests ide Ill & IV -Ft. Worth , Texas Project No .: EOB-0901
Dat e: 09 /24/2008 Elev .: Location : See Figure 1
Depth to water at completion of boring : Dry
Depth t o water when checked: after 1 day was : 16 '
Dept h to caving when checked: was :
ELEVATION/ I SOI L SYM BOLS MC LL PL
Pl -~:
DD P.PEN UNCON Strain OEPTH SAMPLER SYMBOLS DESCRIPTION % % % pct Isl ksf % (feel) & FIELO TEST DATA
---f--,__ c--------c------0 ~ Dark brown CLAY w/ trace calcareous nodules , jointed 4.5++
s? 21 70 24 46 4 .5++
4.5++
15 57 --37 c-----f---------~ Brown & light brown CL AY w/ calc a reous de posits & 20 4.5++
limestone fragme nt s, jo in te d 4 .5++
5 21/6" -----------~--------~ l 23/6" Brown & light brown silty CLAY w/ numerous hard
. ~ 1716"
lime stone se a ms , jointed
~ ~17/6"
6 41 17 24
. 17/6"
~ 20/6"
~15/6" . 14/6" 10 16/6"
-------~-,---o----------
f:?~~::; Moderate ly ha rd to hard ta n & gray weathered T.F~
f:?~~-, calcareo us SH ALE, fra cture d w/ hard limestone layers
T.F~
1-:!".~~-i' r..r-6
1-:!".~~-i'
~43/6" ::,r-..,-.,r.;,
\_' 15 ~~~~ 21/6"
~F..B 50/3"
~ -~~-i'
-~F..B -~~-i'
~F..B -~~-i'
~F..B
-~~-:; ..-...-~ ~~~::; ~5010.75"
20 50/0.25" Boring terminated at 20'
25
30
35
~I
Notes : Completion Depth : 20 ' FIGURE :6
MTE , INC .
LOG OF BORING B-1 S
Project: Westside Ill Sewer -Ft. Worth , Texas
Date: 10/23/2008 Elev .:
Depth to water at completion of boring: Dry
Depth to water when checked: End of Day
Depth to caving when checked:
ELEVATION/ I
DEPTH
(feet)
SOIL SYMBOLS
SAMPLER SYMBOLS
& FI ELD TES T DATA
Location: See Figure 1
DESCRIPTION
0 Dark brown silty CLAY w/ calcareous nodules
was:
was:
Project No.: EOB-0901 ~
Dry
MC LL PL Pl -200 DD P.PEN UN CO N Slrain
%%% % pcf tsf ksf %
181------~ -1-----2.5-------
17 45 15 30 3.3
-------------------------,>----------1---f----------
5
10
15
20
~25
30
35
Notes:
.....,. 50/0.75"
501 1.5"
50/0.5"
5010"
4.5++ Tan & gray silty CLAY w/ limestone fragments +---=---~:'..:...:..::_.::_:::=::'.=::::::::::....:.:..:_:.::..:..:...::..::..:..::..:..:..::_:..:...:::.~:...::..:...:..:._ ____ II--1----- ----1---r---- ------
Hard tan weathered LIMESTONE , fractured
-+------------------------1-------- -----1--------f-- -Hard g ray shaley LIMESTONE w/ hard gray limestone
layers
-iron stained fracture at 10.5'
-gray limestone layer at 11' to 11. 9'
-gray limestone layer at 13 .8' to 14 .3'
-orav limestone layer at 16 .8' to 17'
Boring terminated at 17'
MTE, INC.
3
3
153 523
153 256
'-
FIGURE:7
LOG OF BORING B-2S
Project: Westside Ill Sewer - Ft. Wo rt h, Texas Proj ect No .: EOS -0901
~ Date : 10/20 /2008 Elev .: Location : See Figure 1
Depth to water at completion of bor ing : Dry
Depth to water when checked: End of Day was: Dry
Depth to cav ing when checked : was :
ELEVATION/ I SOI L SYMBOLS MC LL PL
Pl -~: DD P.PEN UNCON Strain DEPTH SAMPLER SYMBOLS DESCR IPT IO N % % % pcf tsf ksf % (feel) & FIELD TEST OATA
1() --~-----------~-----0 ,..,.._,.. I Tan severe ly weathered LIME STONE , highly A22/6"
.,I) tt1 ?\12215· fractured w/ clay seams & hard weathered
it t -r,Ji mestone !avers r --f--f--f----f-- ----------
1::0 Moderately hard to hard tan weathered LIMESTON E
:::,:r w/ clay layers, fractured ,,.., I
~s ....., T \5013 .5"
P l I 50/1.25"
I:,;)
t:,)
cl'l -------------------~--
~ ~ 11 Hard gray LIM ESTO NE
~ 1:¢ ...,. .y I I
>-10
,, 50/0.5"
::r:r' I 50/0.2 5"
~ ci9 ~ ~ ti9 ~ ::n'
'-:I = •I
\w ~ 15 ~ ~ " 50/0.25"
50/0" Boring termin ated at 15'
~20
~25
>-30
~35
l Notes FIGURE :8
MTE , INC .
LOG OF BORING B-3S
Project: Westside Ill Sewer -Ft. Worth, Texas
Date: 10/16/2008 Elev.:
Depth to water at completion of boring: Dry
Depth to water when checked: End of Day
Depth to caving when checked :
EL EVATIO N/ I
DEP TH
(feet)
SOI L SYM BOLS
SAMP LE R SYMBO LS
& F IE LD TEST DATA
Location: See Figure 1
DESCRIPTION
was:
was:
Project No.: E08-0901 \.._ J
Dry
MC LL PL Pl -200 DD P.PEN UNCON Slrain
%%% 'lo pct 1sr ksr %
'\ '-II
50/4" ,Brown CLAY ,......1 r======= =~--~-----:=::. '-'-'~--.======~-----------------'
5
10
15
20
25
30
35
Notes:
n:i~ 5o/0 .5"
~~~ ~
~~~ 11
I,,~~
~~~
jl~
~~
I I
50/0.5"
50/0.25"
g111r 1 I
g~
µ
p :i'l;n t:i:ffi prl,n sfin lJJ: ~ P;iW erIJl:r1
I
50/0.25"
50/0.12"
I
50/0.25"
50/(J'
-I 50/0.25"
p £i1:i1 50/0"
PW ~ P/:i;t'r ~ P.im ~ P.im Pil:IJ ~
~I I
I
50/0.75"
5010 .25"
Hard tan weathe red LIMESTONE , fractured w/
light brown clay seams
-!------------------------+--1---------------------
Hard g ray LIMESTONE
-+------------------------+--t------------- --------
Hard gray LIMESTONE w/ shale seams 2" to 4"
thick
Bor ing terminated at 26 '
MTE, INC.
FIGURE:9 j
LOG OF BORING B-4S
Project: Westside Ill Sewer -Ft. Worth , Texas Project No .: EOS-0901
\.., Date: 10/20/2008 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: End of Day was: Dry
was: Depth to caving when checked:
ELEVAT ION/ I
DEPTH
/feet\
0
~5
~10
~ 15
20
25
30
35
l Notes:
SOIL SYMBOLS
SAM PLER SYMBOLS
& FIELD TEST DATA
" • I 1916"
-l ~ 2416" P I ~:Z,...
eI9 11
P::C !l:_?;2
I
,. 5010.5''
l ~ 5010 .25"
~n!'I :yjI;".I: ~re:
~ ~~ 11
~i~
~ I
,. 5010 .25"
:IJ/0"
,. 50/2"
5011"
..,. T", I
-'r';:r':r m % .%
,. 50/0.5"
50/0.25"
I
5010.5"
5010 .25"
~ __,__ I
-~ y 5010 .25"
5010.12"
DESCRIPTION MC LL PL P l -200 DD P.PEN UNCON Strain
%%% % pct tsf ksf %
-1------------------------J-0101-----1-----1----------1----
-i--.Bro w n & reddish brown CLAY r >---_,_ ---_,_ ----->----
Tan weathered LIMESTONE , fracture d w/ c lay seams &
r\hard limestone seams r,_ _,_ --_,_ --_,_ -_,_ ----->----
Hard tan weat he red LIMES T ONE , fractured
-1------------------------t--I-----1------1----1-------1----
Hard gray & tan weathered LIMESTONE w/ light b row n
cla y seams , fra ctured
-1--------------------------1--r--r----i-------r-------- -
Hard gray LIMESTONE w/ gray shal e seams & join te d
shale layers
Bo ri ng term inated at 26 '
MTE , INC.
FIGURE:10
LOG OF BORING B-5S
Project: Westside Ill Sewer -Ft. Worth, Texas Project No.: EOS-0901 \-
Date: 10/20/2008 Elev.: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: End of Day
Depth to caving when checked:
was:
was:
Dry
ELEVATION/ I
DEPTH
(feet)
0
1-5
15
1-20
~30
35
Notes:
SOIL SYM BOLS
SAM PLER SYM BOLS
& FIE LD TEST DATA
I
50/0.25"
50/(J'
I
50/0 .25"
50/0"
I
50/0.25"
50/0"
DESCRIPTION MC LL PL Pl -200 DD P.PEN UNCO N Strai n
%%% % pct tsf ksf %
-t--D-a_r_k_b_r_o_w_n_&_b_r_ow_n_s-il-ty_C_L_A_Y_w_/ _6_" -g-ra_v_e_l _b_a_s_e----j--~ -----1------4.s.+1------
(FILL) 12 50 16 34 4 .5++
12 4.5+
-t-----------------------t--1-------t----- -- --t---- -- -4.5+ Ligh t brown silty CLAY
12 45 15 30
4.5+
4.5+
-+-------------------------1-----·-------- --i-------
Light brown sandy CLAY 14 3.6
Light brown sandy CLAY to c layey SAND w/ gravel 1430 1 51 51------5:2 -1------
+-----------------------+--1---------------------
Hard tan & gray weathered LIMESTONE , fractured
-+------------------------+--1------------------ ---
Hard gray LIMESTONE
-+------------------------+----------------t-------
Hard gray shaley LIMESTONE w/ shale seams
Boring terminated at 26'
MTE, INC.
FIGURE:1 ;-(
V
v
KEY TO LOG TERMS & SYMBOLS
Symbol Description Symbol Description
Strata symbols Misc . Symbols
~ CLAY ~ Water table --when checked
m Silty Shaley Clay Depth to caving
~ Weathered Clay-Shale Soil Sam12lers
I Thin Wall
Shelby Tube
Ii SHALE -
Standard
Penetration
~ CLAY, Test
silty
THD Cone
Penetration
i~ SHALE, Test
weathered
I] Auger
g Limestone
[TI Rock
Core
Ii LIMESTONE,
severely
weathered
~ CLAY, .
sandy
Notes:
1. Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment.
2. Water level observations are noted on boring logs.
3. Results of tests conducted on samples
boring logs. Abbreviations used are:
DD= natural dry density (pcf)
MC= natural moisture content (%)
Uncon.= unconfined compression (tsf)
P.Pen.= hand penetrometer (tsf)
4. Rock Cores
recovered are reported on the
LL= liquid limit (%)
PL= plastic limit (%)
PI= plasticity index
-200 = percent passing #200
REC= (Recovery) sum of core sample recovered divided by length
of run, expressed as percentage.
RQD = (Rock Quality Designation) sum of core sample recovery 4 11
or greater in length divided by the run, expressed as
percentage.
MTE , INC.
FIGURE:12
RECOMMENDED TEMPORARY SLOPE RATIOS
Short Term Long Term Bedding
(under 8 hours) (over 8 hours) Cut
SOIL/ROCK H V H V z (ft.)
Stiff to very stiff clay fill 1 1 1 1 0
Gravelly sand, sand, clayey sand, silty sand, and soft clay 2 1 2 1 0 (hand penetrometer of 0.8 tsf or less) and non-compact fill
Submerged soils, and/or fractured rock (weathered limestone 1-Yz 1 2 1 0 or jointed shale) from which water is seeping•
Stiff to hard clay, silty clay, shaley clay, weathered
shale, and/or weathered limestone above existing 1 1 1 1 0
groundwater level
Gray Shale & Gray Limestone {jointed) above existing 1 1 1 1 2 groundwater level
* In accordance with the best interpretation of OSHA regulations, submerged soil is
defined as water bearing granular soils, fissured clay soils, fractured weathered rock
(shale or limestone) or soil from which groundwater is seeping.
** Maximum bedding cut for trench excavations less than 12 feet deep in dry soil
and rock which are open less than 8 hours.
NOTE: Recommended slope ratios may be subject to reduced stability under the
influence of groundwater or saturation by rain. Temporary slope ratios are
intended to provide safety to workers in trenches and are not an indication of a
temporary safe slope ration adjacent to existing pipelines, roadways, or
structures.
MAs-TEJC Engineering
& Associates, Inc.
WESTSIDE Ill & IV -FT. WORTH, TEXAS
DATE: October 6, 2008
RECOMMENDED
SLOPE RATIOS
PROJECT NO: EOll-0901
FIGURE
13
LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS
(For excavations terminating in stiff to very stiff clay, limestone or shale)
Excavation
Bottom
WHERE:
Ground Surface
H
3H /4
1 ....
k g H
Sh = Lateral Earth Pressure, psf.
g = Saturated Unit Weight of Soil;
Use 130 pcf for Clay and Use 140 pcf for Limestone
H = Height of Excavation (ft.)
k = Earth Pressure Coefficient,
Use 0.35 for Clay and Limestone
NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic
pressure must be considered.
2) Surcharge loads and traffic live loads, if present, must also be considered.
MAs-TEK Engineering
& Associates~ Inc.
WESTSIDE Ill & IV -FT. WORTH, TEXAS
DATE: October 6, 2008
LATERAL EARTH
PRESSURES
PROJECT NO: EOS-0901
FIGURE
14
Section 10.1
Addenda
May 3 , 2010
ADDENDUM NO. 1
TO
PLANS AND CONTRACT DOCUMENTS
FOR THE CONSTRUCTION OF
PROPOSED SANITARY SEWER LINE
TO SERVE THE WESTSIDE WATER TREATMENT PLANT
CAPITAL PROJECT NO. 00456
CITY OF FORT WORTH, TEXAS
BID OPENING DATE: THURSDAY, MAY 6, 2010
ADDENDUM ISSUE DATE : MONDAY, MAY 3 , 2010
The following changes to the Contract Documents should be noted by all prospective bidders:
CHANGES TO CONTRACT DOCUMENTS:
1. Section 8 .1:
The following changes have been made to Section 8 .1 Project Easements :
• Add the attached DRAFT easement to Section 8.1.
• Note that the easement is in FINAL DRAFT form and is currently awaiting .
signatures .
• Signatures are anticipated in May.
• Contractor will be responsible for abid ing by the terms and cond itions of the draft
easement document during the construction of t he pipe li ne .
CHANGES TO PLANS :
1. Delete Detail WTR-035 "Project Sign 4 'X4 "' and replace with the attached Project S ign
Detail 1-H .
CLARIFICATIONS :
1. All manholes shall have locking lids.
NO OTHER PARTS OF THE PLANS OR CONTRACT DOCUMENTS ARE HEREBY
CHANGED.
PLEASE ACKNOWLEDGE RECEIPT OF THE ADDENDUM IN THE FOLLOWING
LOCATIONS :
(1) IN THE SPACE PROVIDED BELOW
(2) IN THE BID PROPOSAL
ADDENDUM NO. 1
FAILURE TO ACKNOWLEDGE THE RECEIPT OF THIS ADDENDUM NO. 1 COULD CAUSE THE
SUBJECT BIDDER TO BE CONSIDERED "NON-RESPONSIVE", RESULTING IN
DISQUALIFICATION .
ADDENDUM NO. 1 ACKNOWLEDGEMENT:
By : _______ _
T itle : --------
Address : ---------
Telephone : _____ _
TH IS ADDENDUM IS MADE PART OF THE SPECIFICATIONS AND CONTRACT
DOCUMENTS AND SHALL BE ACKNOWLEDGED ON THE PROPOSAL AND ON THE BID
ENVELOPE .
AECOM
Matt Abbe
May 3 , 2010
ADDENDUM NO . 1
Section 8.1
Project Easements
SANITARY SEWER EASEMENT
DATE:
GRANTOR: 820 Management Trust ("Grantor")
GRANTOR'S MAILING ADDRESS (including County):
GRANTEE: The City of Fort Worth
CONSIDERATION:
sufficiency of which is hereby acknowledged .
EASEMENT AREA:
GRANTOR, for
to GRANTEE,
mco
any part
repairing th
installation of
(25') as more ful
and
utmost care to miru . · pact to the vegetation in this temporary additional easement. Upon
completion of install and construction, the temporary additional easement shall expire and
GRANTEE shall have o further right to use any work space outside the Easement Area other than
emergencies and if necessary to ensure the safety and reliability of the Facility. GRANTEE shall
restore the temporary additional easement to as close to original condition as possible.
TO HA VE AND TO HOLD the Easement Area, together with all and singular the rights and
appurtenances thereto in anyway belonging unto GRANTEE, its successors and assigns forever. But it
is distinctly understood and agreed that this conveyance is made and accepted without covenants or
warranties of any kind, either express or implied, statutory, or otherwise .
Sanitary Sewer Easement Page l of 8
In consideration of this Agreement , GRANTOR and GRANTEE covenant and agrees as
follows:
1. Authority to Install the Facility. GRANTEE represents that it has all certificates, rights ,
and permits legally needed, when taken with this grant from GRANTOR, to construct, install,
maintain , and operate the Facility in the Easement Area.
2. Performance of Work. All work done in connection with the easements shall be
performed as expeditiously as possible so as not to interfere unn;a~onably with the use and
occupancy of GRANTOR's property by GRANTOR, its agents , c9 nfiia:ctors and subcontractors,
employees, invitees, licensees, and representatives. In perfoaj(i ng the work or causing the
work to be performed, the GRANTEE shall make ade w 'te 'l ~visions for the safety and
convenience of GRANTOR, its agents , contractors an 1 con · a~,?rs, employees, invitees,
licensees , representatives, and its livestock. The G BE: shall ca:i:1s .all work to be cleaned
up as is reasonably practicable in order to . ~e' disruptio ' 1 m
GRANTOR's use of its property .
ea's right of way
ly, and before construction begins ,
he Easements Area right of way
· · stallation of the Facility .
e decision process. After
walking the Easement Area, the GRA ctor w·,, fence or otherwise adequately
mar.k all.trees in the path o~the FacilityiQ be., , ~~.,,,:-d •note !hem for preservation on the
engmeenng plans an · s. ~f GRAN:Pp>R and G . •,'TEE d1sagr~e o.n the tree or tree~ to
be removed , G e its best efforts to save t e trees by bonng mstead of trenching.
If ~oring is n · ·n • ption afte~ GRAN'E~ notifies GRANTOR of the reason(s) for not
bonng, G T he nght to remQ}· the tree or trees. GRANTEE shall not clear
cut the Easement 11 :omptly, and at its own expense, remove from
GRA d all ere removed during such operations along with
.. hs and flagging material will be removed by GRANTEE
y surveying operations.
5. Bee ¢'Qf the contd,~ of the land granted under this Agreement, GRANTOR is aware that
the Facilitfsni'.&Y be e:>yP,iS'sed in some areas. GRANTEE will use its best efforts to maintain the
Facility underm:.~t ., · ·' GRANTEE shall not set any appurtenances or equipment on the surface
or above-ground'.,{except for vents and manhole covers) on the Easement Area without prior
written consen y GRANTOR . Any appurtenances or equipment buried at a depth of
twenty-four inches or more shall not need approval of GRANTOR.
6. Access. During the construction and any use after construction, GRANTOR shall permit
the GRANTEE, its agents, contractors and subcontractors, employees , invitees, licensees, and
representatives, the right to access the permanent sewer lines and water reclamation main
Easement Area only through the Easement and any mutually agreed upon access by
GRANTOR and GRANTEE , If during and after the installation of the Facility , the GRANTEE
damages GRANTOR'S property or existing roadways in the course of exercising its rights
Sanitary Sewer Easement Page 2 of8
under this Agreement, the GRANTEE shall restore GRANTOR 'S property and roadways to
substantiall y the same or similar condition as before the GRANTEE 'S work.
7. GRANTOR's livestock. In addition to the protections for GRANTOR's livestock
contained in this agreement, the GRANTEE shall require an y of the GRANTEE's contractors
(including subcontractors of any tier) to notify the GRANTOR or its representative of the
portion of any easement to be completed so GRANTOR ma y have sufficient time to move any
li vestock out of the path of construction and to secure its li ve stock if a fence must be down
temporaril y for construction.
· ers the right to cross the
crossing is at an angle
re granted easements
, rovide GRANTEE
9. ~urface imp~ovements limited. G .. T : (~~ 11 : Q;ii . use its prope
that mterferes with the GRANTEE 's Facility; and ·· m ot erect or permi
permanent structure or building , including , but not · ed to, monument sign, pole sign,
billboard , brick or masonry fences alls, or other structures, that does or does not require a
building permit. i
e failu ,, of GRANTEE to compl y with
. GRANTOR at 201 Main Street,
11. Abandonment. The rights and privileges granted in this Agreement are perpetual , but will
terminate automatically (without the need for further documentation) if the Easement Area is
no longer used for the purposes setout herein, where upon GRANTEE shall, at the election of
GRANTOR, properly abandon the Facility and return the Easement Area to substantially the
same condition as existed before the installation of the Facil ity at no expense to GRANTOR.
GRANTEE shall file proper paperwork with the County abandoning the Easement Area.
GRANTEE will not be required to remove the Facility. ,
City shall not permit any lien or claim for lien to be filed against
, y easement or any part thereof arising out of work performed or
at the direction of, or on behalf of City, any City contractor, or their
ents , employees, or representatives or otherwise arising from the acts of
omissions of th ave-mentioned parties. If any such lien or claim for lien is filed, the City
shall immediate y give notice to Grantor and shall cause the lien or claim for lien to be released
of record .
13 . Rights of lessees. The grant of the easement in this Agreement is made subordinate and
subject to the rights of the oil and gas lease by and between 820 Management Trust and
Hallwood Energy II, L.P. dated December 6 , 2005 and recorded in Tarrant County, Texas
under document number D206030633 .
Sanitary Sewer Easement Page 3 of8
14. Requirements of GRANTEE's contractors. In completing the Facili ty, the GRANTEE
shall require in its contracts with any contractor the follo w ing covenants.
i) Insurance. During the course of any construction acti v ity under this Agreement , the
GRANTEE shall require any of the GRANTEE 's contractors (including
subcontractors of any tier) to obtain and maintain comprehensive general liability and
property damage insurance in an amount not les s than $500 ,000 for each occurrence
of bodily injury, including death, and in amount no t less than $500 ,000 covering each
occurrence of property damage with $2 ,000 ,000 umbre ,la policy coverage . The
GRANTEE shall require any of the GRANT 1'"" ontractors (including
subcontractors of any tier) to include GRANTOR additional insured party on
that contractor's comprehensive general liability · ce and automobile liability
insurance required by the GRANTEE and sha uir 1GRANTEE's contractors
to carry workers compensation insurance and~o ro vide ·~ · OR with a waiver of
subrogation on the contractor's workers ' ~dfilp'1'§at10n insuran licy.
of . ". , I e GRANTEE shall require any of the GRANTEE's
luding ''.~Bcontractors of any tier) to perform all work done in
the Ia' 'sements as expeditiously as possible so as not to interfere
easonably , h the use and occupancy of GRANTOR's property by GRANTOR,
gents , cqr.tractors and subcontractors , employees, invitees, licensees, and
iv . In performing the work or causing the work to be performed, the
shall make adequate provisions fo r the safety and convenience of
, its agents , contractors and subcontractors, employees , invitees, licensees,
repres ntatives, and livestock. To protect GRANTOR's livestock, the GRANTEE
shall require that any open trench be temporarily fenced and co vered at the end of
each workday. In addition, the GRANTEE shall cause all work to be cleaned up as is
reasonably prompt in order to minimize disruption or Grantor 's inconvenience in the
use of its property .
iv) Replacing soil and restoration of GRANTOR's property. During all excavation
operations , GRANTEE agrees to require its contractor to "double-ditch" the
excavated area; that is , the topsoil will be replaced on top of the backfill after the
Sanitary Sewer Easement Page 4 of8
v)
construction so that the topsoil shall be returned to its original position. After any
disturbance of the surface of the GRANTOR 's propert y burdened by the Easement
Area for any purpose authorized under this agreement (whether in connection with
initial construction; any reconstruction or replacement, alteration, or repair; any
operation or maintenance ; any survey or inspection ; any relocation within the
Easement Area; removal; or otherwise), the GRANTEE shall require any of the
GRANTEE 's contractors (including subcontractors of any tier) to restore the surface
to the same or similar condition as existed before any such disturbance. GRANTEE
shall keep and maintain the easement in such manner as t9 repair any damage from
erosion arising from the existence of the pipeline(s) ,-ans do such things as are
reasonably necessary to prevent such erosion.
vi) Additional restrictions.
consultants will not bring any of the followin
a. Weapons of any type, i ,
b.
C.
d.
e.
f.
g .
shots.
es.
g related paraphernalia.
o recorders sli~1.P-,15e allowed on the property except those used
io t GRANTEE and provided GRANTEE gives
ce otice thereof. GRANTOR reserves the right to
a set of any photographs or v ideo recordings taken on the
· t to edit or delete any non-relevant material of a personal
viii) its agents , contractors , and any subcontractors , employees,
invitees , licensees , and representativ es will not leave any litter on the property.
ix) Dumping and spillage. GRANTEE, its agents , contractors , and any subcontractors ,
employees, invitees, licensees, and representatives will not intentionally dump , spill ,
or discharge any substances on the property .
Sanitary Sewer Easement Page 5 of8
x) GRANTEE's personnel, authorized contractors , or consultants will confine their
activities on the property to the designated access routes and to the areas upon which
operations are then being conducted. Personnel will not wander around the property.
xi) Archeological endeavors. No archeological study other than any required by law ,
may be performed in the Easement Area without GRANTOR's prior written approval.
If any foundation, archeological item or artifact is encountered, GRANTEE 's
personnel, authorized contractors, or consultants will to the extent permitted by law,
keep the find confidential and will promptly notify GRAN R 's field contact.
15. Use of freshwater prohibited. GRANTEE, its agents , con
employees, invitees, licensees, and representatives sh
GRANTOR's ponds , tanks, lakes , water wells , windmill
property.
1 7. Notices. All notices that are required to be ma
mailed to:
If to GRANTOR:
Sanitary Sewer Easement
Fort WortH
Attn: W. Fr
ax No.: (81
Page 6 of8
GRANTOR:
LEE M. BASS, TRUSTEE FOR THE
820 MANAGEMENT TRUST
By:--------------
GRANTEE:
APPROVED FOR FORM AND LEGALIT
BEFORE undersigned authority , on this day personally appeared
known to me to be -------------
the person whose name is subscribed to the foregoing instrument, and acknowledged to me that he
executed the same for the purposes and consideration therein expressed.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this
, 2010 . --------
Notary Public in and for the State of Texas
Sanitary Sewer Easement
day of
Page 7 of8
STATE OF TEXAS §
§
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared
of the City of Fort --------------
Worth, Texas, known to me to be the person whose name is subscribed t the foregoing instrument,
and acknowledged to me that he executed the same for the purpo~~-'aml consideration therein
expressed.
GIVEN UNDER MY
-------' 2010.
Sanitary Sewer Easement
day of
Page 8 of 8
Project Sign
4 '
•i""L FORT WORTH ~i"
s~·~
f-3"
3"~ Project Title
~1'
al" 2 Funding
3"
11" 2 Contractor: 1 ..
2
21" Contractor's Name 2
11"
11" Questions on this Project Call: 2
2 1"
11" (817) 392 -xxxx 2 1"
11" After Hours Call: (817) 392 -XXXX 2
21" 2
FONTS: NOTES:
FORT WORTH LOGO IN CHEL TINGHAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
COLORS:
FORT WORTH • PMS 288 • BLUE
LONGHORN LOGO • PMS 725 • BROWN
LETTERING -PMS 288 • BLUE
BACKGROUND • WHITE
IF APPLICABLE TO THE PROJECT,
CONTRACTOR SHALL OBTAIN VINYL
STICKER "CITY GAS LEASE REVENUE
IN ACTION"/ LOGO AT CDR SIGN AND
ENGRAVING , 6311 EAST LANCASTER
AVE (817-451-4684), PEEL AND PLACE
IN FUNDING SECTION.
BORDER • BLUE
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAWING NO. 1 - H DATE: