HomeMy WebLinkAboutContract 40653-
fl""' .•
i ~ l, •.J
SPECIFICATIONS
&
CONTRACT DOCUMENTS
FOR
CITY SECRETARY~ t:7-'J ·
CONTRACT NO._~.__._..Jiiii,,,iiiiJ ___
HICKS INDUSTRIAL PARK SEWER IMPROVEMENTS
X-21260
D.O.E. No. 5580
crrv SECRETARY
E SEWER PROJECT No. P275-707170036783
o.o.E. FIL
CONTRACTOR'S BONDING CO.
CONSiRUC'f\ON•S COPY
CLIENT DEPARTMENT
CITY PRO.TECT NO. 00367
IN
THE CITY OF FORT WORTH, TEXAS
2010
MIKE MONCRIEF
l\'lAYOR
S. FR~X CRUMB, P.E.
HALE A. FISSELER, P.E
CITY 1\1Ai.~AGER
Dill.ECTOR OF WATER DEPARTMENT
•
\\'ILLIAM A. VERKEST, P.E. ._,,,.. ... N~ / ./
DIRECTOR OF TRAN"SPORTATION ~~F ' '&~
AND PUBLIC WORKS DEPARTMENT~('~ .i:.\
tAAiG "p ·scHfillt!.cH ~ ;-.;:;_•••~1 .. luJ
08-03-10 A0 9: 1 ti>r~~ared by: \~~ ~..... ; .. ,~~~ ...... ~ ;-
''-~~.\.. --TranSystems Corporation Consultants :,'\"i,,,~ .... -z n
500 West Se\'enth St., Suite 1100 f l r V
Fort Worth, Texas 76102
Texas Registered Engineering Firm F-3557
,,.
M&CReview Page 1 of 2
Official site of the City of Fort Worth , Texas
CITY COUNCIL AGENDA FoRTWORTH ---..,.,--
DATE:
CODE:
COUNCIL ACTION: Approved on 7/20/2010
712012010 REFERENCE
NO.:
C TYPE:
C-24359
NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
60HICKSSEWER-
WRIGHT
NO
SUBJECT: Authorize a Contract in the Amount of $1,063 ,674 .60 with Wright Construction Co., Inc.,
for Sanitary Sewer Extension Located on Hicks Field Road to Serve Hicks Industrial Park
(COUNCIL DISTRICT 7)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract in the
amount of $1 ,063 ,674 .60 with Wright Construction Co ., Inc., for Sanitary Sewer Extension to Serve
Hicks Industrial Park .
DISCUSSION:
On April 3, 2007 , (M&C C-22036) the City Council authorized the City Manager to execute an
engineering agreement with TranSystems Corporation d/b/a TranSystems Corporation Consultants
for Water and Sanitary Sewer Extensions to serve Hicks Industrial Park.
On October 29, 2002, (M&C PZ-2420R) the City Council adopted Resolution 2884 placing
approximately 7,000 acres into an annexation plan, which included the Hicks Industrial Park. A
service plan for the annexation area was developed and approved by City Council on March 30 ,
2004, (M&C PZ-2525). On November 9, 2005, (M&C PZ-2648) the City Council adopted an
ordinance for the annexation of approximately 6 ,698 acres of land that included the Hicks Industrial
Park.
This project provides for the installation of a 8/12/18 inch sanitary sewer main beginning from a point
located 800 feet east of the Hicks Field Road/Business US 287 intersection, northerly 2,300 feet , then
1,900 feet along Hicks Field Road , then southerly 1,300 feet, then southerly 1,350 feet then easterly
5,000 to an existing sanitary sewer main .
The project was advertised for bid on March 25, 2010 and April 1, 2010, in the Fort Worth Star-
Telegram . On April 22, 2010, the following bids were received:
Bidder
Wright Construction Co. Inc.
Lewis Contractors Inc.
William J . Schultz, Inc., d/b/a
Circle "C" Construction Company
Tri-Tech Construction, Ltd
S .J . Louis Construction of TX , Ltd .
Cleburne Utility Construction , Inc.
Amount
$1,063,674.60
$1,092,698 .05
$1 ,118 ,703 .00
$1 ,178,114.00
$1,210 ,822.41
$1,368,434.65
Time of Completion
180 Calendar Days
08-03-10 A0 9:16 IN
http ://apps .cfwnet.org/council _packet/mc_review.asp ?ID =l3727&councildate=7/20/2010 7/27/2010
M&CReview
,-
Conatser Construction TX , LP $1,318,473 .50
Laughley Bridge & Construction , Inc. $1 ,364 ,201.00
Utilitex Construction, Inc. $1 ,398 ,995 .00
M/WBE -Wright Construction Co., Inc., is in compliance with the City's M/WBE Ordinance by
committing to 25 percent M/WBE part icipation . The City's goal on this project is 20 percent.
Page 2 of 2
In addition to the contract cost, $48 ,000.00 is required for survey , project management, material
testing , inspection , mapping and as-built plans , and $32 ,000 .00 is provided for project contingencies .
This project is located in COUNCIL DISTRICT 7.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Sewer Capital Projects Fund .
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATIACHMENTS
60HICKSSEWER WRIGHT REVISED MAP .pdf
FROM Fund/Account/Centers
P275 541200 707170036783 $1 ,063 ,674.60
Fernando Costa (6122)
S. Frank Crumb (8207)
Liam Conlon (6824)
http://apps .cfwnet.org/council _packet/mc_review .asp?ID=l3727&councildate=7/20/2010 7/27/2010
TABLE OF CONTENTS
Location Map
Part A -Notice to Bidders
Special Instructions to Bidders (Water Department)
City of Fort Worth Minority/Women Business Enterprise Policy
Part B -Proposal
Part C -General Conditions
Part Cl -Supplementary Conditions to Section C
Part D -Special Conditions
Part DA -Additional Special Conditions
Certificate of Insurance
Part F -Bonds (City of Fort Worth)
0 Performance Bond
0 Payment Bond
0 Maintenance Bond
Part G-Contract (City of Fort Worth)
Appendix A -Easements
Appendix B -Geotechnical Reports
(CMJ No. 123-07-10 and 123 -09-1 2)
08 -0 3 -1 0 A09:15 ,
G: \FW07\03271Specs1Sewer Jm provements \20 10-2-1 7\Ta ble of Contents.doc
T C-1
HICKS INDUSTRIAL PARK SEWER IMPROVEMENTS
SEWER PROJECT No. P275-707170036783
CITY PROJECT No. 00367
LOCATION MAP
NTS
fORTWORTH
®
g:\FW07\0.327\Utilities \Sewer \Locotion Mcp.dgn
/
-
-
-
-
Part A -Notice to Bidders -
.,,
SHORT FORM NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Hicks Industrial Park Sanitary Sewer Improvements
Sewer Project No. P275-707170036783
City Project No. 01099
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., April 22, 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 Sixty Dollars ($60 .00) per set at the offices of Tran Systems Corporation, 500 West ?11, Street; Suite
1100; Fort Worth, Texas 76102 These documents contain additional information for prospective bidders.
Plans and Specifications will be available for pick-up on Tuesday, March 16, 2010
The major work will consist of the following (All Approximate):
SEWER IMPROVEMENTS 3,817
468
125
1,032
135
3,124
4,258
LF 18" P.V.C. SEWER PIPE (BY OPEN CUT)
LF 18" D.I.P. SEWER PIPE (BY OPEN CUT)
LF 18" D.I.P. SEWER PIPE (BY OTHER THAN OPEN CUT)
LF 15" P.V.C. SEWER PIPE (BY OPEN CUT)
LF 15" P.V.C. SEWER PIPE (BY OTHER THAN OPEN CUT)
LF 12" P.V.C. SEWER (BY OPEN CUT)
LF 8" P.V.C. SEWER (BY OPEN CUT)
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 Mr. Liam Conlon, Project Manager, City ofF ort Worth -Water Department
at Telephone Number: 817-392-6824 or by email: liam.conlon@fortworthgov.org, and/or Mr. Craig P. Schellbach,
P.E ., Project Manager,TranSystems Consultantsat 817-339-8950 or by email: cpschellbach@transystems.com.
Advertising Dates:
March 25, 2010
April 1, 2010
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
FOR: Hicks Industrial Park Sanitary Sewer Improvements
City Project Number 00367
Sewer Project Number P275-707170036787
DOE Number 5580
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., April 22, 2010 and then publicly opened and read aloud
at 2:00 p.m. in the Council Chambers. Plans and documents for this project may be purchased for a non-refundable
cost of Sixty Dollars ($60.00) per set at the offices ofTranSystems Corporation, 500 West Seventh Street, Suite
1100, Fort Worth, Texas. These documents contain additional information for prospective bidders. Plans and
Specifications will be available for pick-up on March 30, 2010.
The major work will consist of the following (All Approximate):
SEWER IMPROVEMENTS 3,817
468
125
1,032
135
3,124
4,258
LF 18" P.V.C. SEWER PIPE (BY OPEN CUT)
LF 18" 0.1.P . SEWER PIPE (BY OPEN CUT)
LF 18" 0.1.P. SEWER PIPE (BY OTHER THAN OPEN CUT)
LF 15" P.V.C. SEWER PIPE (BY OPEN CUT)
LF 15" P.V.C . SEWER PIPE (BY OTHER THAN OPEN CUT)
LF 12" P.V.C. SEWER (BY OPEN CUT)
LF 8" P.V.C. SEWER (BY OPEN CUT)
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General Contract
Documents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159a of«y emon 's Annotated Civil Statutes" of the State of
Texas with respect to the payment of prevailing wage rates and City ofFort Worth Ordinance no. 7400 (Fort Worth
City Code Sections 13-A-221 through 13-A-29) prorubiting 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 fonnalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of
contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be made
until all the necessary investigations are made as to the responsibility of the bidder to whom it is proposed to award
the Contract
Bidders are responsible for obtaining all addenda to the contract documents and acknowledging receipt of the
addenda by initialing the appropriate spaces on the Addenda Index and Receipt form(s). Bids that do not
acknowledge receipt of all addenda may be rejected as being non-responsive. Information regarding the status of
addenda may be obtained by contacting Mr. Craig Schellbach, P.E. Project Manager, Transystems Consultants, at
817-339-8950.
I
COMPREHENSIVE NOTICE TO BIDDERS
Bidders, using the printed copy, shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Bidders must complete the proposal section(s) and submit the complete
specification book or face rejection of the bid as non-responsive. It is recommended that the bidder make a copy of
the forms included in the Minority and Women Business Enterprise section for submittal within the time deadline
stated below or the bidder may request a copy of said forms from the City of Fort Worth Project Manager named in
:this St>lieita.tion.
~ 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 UTILlZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with ''Documentation") and/or the JOINT
VENTIJRE FORM as apl)ro.priate. 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 ofFort
Worth received the Documentation. Failure to comply shall render the bid non-responsive.
SUBM{SSION OF llID AND AWARD 8F CONTRACT
The proposal within this document is designed as a package. In order to be considered an acceptable bid, the
Contractor is required to submit a bid for the complete proposal. A bid proposal submittal that is received with the
proposal incomplete will be rejected as being non-responsive. The Contractor who submits the bid with the lowest
price, will be the apparent successful bidder for the project
Bidders are hereby informed that the Director of the Water Department reserves the right to evaluate and recommend
to the City of Fort Worth City Council the bid that is considered to be in the best interest of the City of Fort Worth.
Bidders are advised that the City ofFort Worth has not acquired all necessary easements for the construction of this
project as shown on the plans. Bidders are hereby notified that the City anticipates obtaining the necessary easements
by the start of construction. In the event the necessary easements are not obtained, the city reserves the right to cancel
the award of the contract at any time before the Contractor begins any construction work on the project. In addition,
Bidders shall hold their unit prices until the City has obtained all permits and easements. The Contractor shall be
prepared to commence construction without all executed easements and permits and shall submit a schedule to the
City of how construction will proceed in the other areas of the project that do not require easements.
For additional information, please contact Mr. Craig Schellbach, P .E., Project Manager, Transystems Consultants, at
817-339-8950 or by email: cpschellbach@transystems.com or Mr. Liam Conlon, Water Department at 817-392-6824.
DALE A. FISSELER, P.E.
CITY MANAGER
Advertising Dates:
March 25, 2010
April 01, 2010
By=-~1-0---AJ..,....T-o~~Y~,~-t ....... lol ..... ~~P.-E-~--
Engineering Manager,
Water Department
2
MARTY HENDRIX
CITY SECRETARY
�
�
�
�
�pecial Ynstructions to Bidders
(Water Department)
`
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation: a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids.
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (1) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such.
e) The City, in its sole discretion , may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received. Failure to notify shall not be a waiver of any necessary prequalification.
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas .
In addition, the surety must (1) hold a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have
obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and
admitted as a 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 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 1
4. WAGE RATES:
Section C3-3 .13 of the General Conditions is deleted and replaced with the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code.
Such prevailing wage rates are included in these contract documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to
each worker. These records shall be open at all reasonable hours for inspection by the City. The
provisions of Right to Audit, under paragraph L of Section Cl: Supplementary Conditions To Part C
-General Conditions, pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times .
5. AMBIGillTY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has it s principal place of
business in thi s 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 subc ontractors, while engaged in performing this contract, shall, in con nection 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 AD A's
provisions and any other applicable federal, state and local laws concerning disability and will
defend , indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts . A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be
rece ived 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 le ss than three (3)
years.
12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will re ceive full payment (less retainage) from the city for each pay period.
09/10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been completed .
e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable .
f In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
-
-
-
-
-
-
City of Fort Worth Minority/Women
Business Enterprise Policy
FORT°WORTH
-.._,, " r-" • a City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total dollar value of the contract is less than $25,000 , the M/WBE goal is not applicable.
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis. All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The C ity's M/WBE goal on this proj ect is 20 % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated , in order
for the entire bid to be considered responsive to the specifications . The Offerer shall deliver the MWBE documentati o n
in person to the appropriate employee of the managing department and obtain a date/tim e receipt. Such receipt shall
be evidence that the C ity rece ived th e documentat ion in the tim e a ll ocated . A faxed copy will not be accepted .
1. Subcontractor Utilization Form , if goal is received by 5 :00 p .m., five (5) City business days after the bid
met or exceeded : openinq date , exclusive of the bid openinq 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 open in g date , exclusive of the bid opening date .
stated qoal:
3. Good Faith Effort and Subcontractor received by 5 :00 p .m ., five (5) City business days after the bid
Utilization Form , if no M/WBE participation : openinq date , exclusive of the bid openinq date .
4. Prime Contractor Waiver Form , if you w ill received by 5:00 p .m., five (5) City business days after the bid
perform all subcontracting/supplier work: openinq date , exclusive of the bid openinq 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 qoal. ooen ina date , exclusive of the bid ooeninq date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11/11/05
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATTACHMENT 1A
Page 1 of 4
PRIME COMPANY NAME: Check applicable block to describe prime
PROJECT NAME:
Hicks Industrial Park Sanitary Sewer Improvements
I City's M/WBE Project Goal:
20%
I Prime's M/WBE Project
0
:tilization:
M/W/DBE NON-M/W/DBE
BID DATE
PROJECT NUMBER
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation , and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson , Collin , Dallas , Denton , Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nd tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA}, or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE ) is synonymous with Minority/Women Business Enterpr ise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks. from another M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive cred it for the
fees and comm issions earned b the M/WBE as outlined in the lease a reement.
Rev . 5/30/03
fORTWORTH
~
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority , Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary .
Certification N
(check one) 0
n SUBCONTRACTOR/SUPPLIER T N T Detail Detail
Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w T D w
Telephone/Fax r 8 8 R 0 8 E E C T E
A
-
Rev. 5/30/03
FORTWORTH
~
ATTACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i .e ., Minority , Women and non-MNVBEs .
Please list MNVBE firms first , use additional sheets if necessary .
Certification N
(check one) 0
n SUBCONTRACTOR/SUPPLIER T N T Detail Detail
Company Name i C X M Subcontracting Work Supplies Purchased Dollar Amount .
Address e M w T D VII
Telephone/Fax r B B R 0 B E E C T E
A
Re v . 5/30/03
-
FORT WORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
ATIACHMENT 1A
Page 4 of 4
The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination .
By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors , including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books , records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract , by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements . Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature Printed Signature
Title Contact Name/Title (if different)
Company Name Telephone and/or Fax
Address E-mail Address
City/State/Zip Date
Rev . 5/30/0 3
FORT°WORTH
. "'-,g w • ,.,.
PRIME COMPANY NAME:
PROJECT NAME :
City of Fort Worth
Prime Contractor Waiver Form
Hicks Industrial Park Sanitary Sewer Improvements
City's M/WBE Project Goal: I CITY PROJECT NUMBER
20% 00367
ATIACHMENT 18
Page 1 of 1
Check applicable block to describe
prime
I M/W/DBE I I NON-M/W/DBE
B ID DATE
If both answers to this form a re YES , do not complete ATIACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided , if applicable . If the answer to either question is
NO , then you must complete ATIACHMENT 1C. This form is only appl icable if .both 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, exclusive of the bid opening date, will result in the bid
being considered non-responsive to bid specifications.
Will you perfonn this entire contract without subcontractors? YES
If yes , please prov ide a detailed explanation that proves based on the size and scope of th is project, NO this is your normal business practice and provide an operational profile of your bus iness .
Will you perfonn this entire contract without suppliers? YES
If yes , please provide a detailed explanat ion that proves based on the size and scope of th is proj ect,
this is your normal business practice and provide an inventory profile of your business . NO
The bidder further agrees to prov ide, direct ly to the City upon request , comple te and accurate informa ti on
regard ing actual work performed by all subcontractors , inc lud ing M/WBE (s) on th is contract, the paymen t therefore
and any proposed changes to the origina l M/WBE(s ) arrangemen ts submitted with th is bid . The bidder also
agrees to allow an aµdit and/or examination of any books , records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City . Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
deba rment from City work for a per iod of not less than three (3) yea rs and for initiating action under Federal , State
or Local laws concerning false stateme nts . Any fa ilure to comply wi t h this ordinance creates a material breach of
contract may result in a determination of an irrespons ible offeror and ba rr ed f rom participating in City work for a
pe r iod of time not less than one ( 1) year.
A uthorized S ignatu re Prin ted Signatu re
T itl e Contact Nam e (if differe nt )
Company Nam e P hone Numbe r Fa x Numbe r
Address Email Address
City/State/Z ip Date
Rev. 5/30 /0 3
FORT"WORTH .__ w .--a a
PRIME COMPANY NAME:
PROJECT NAME :
City of Fort Worth
Good Faith Effort Form
Hicks Industrial Park Sewer Improvements
City's M/WBE Project Goal :
20%
CITY PROJECT NUMBER
00367
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
M/W/DBE NON-M/W/DBE
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 form.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Comp l iance 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 ope.ning, exclusive of bid
opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2nd tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
R P.v . 0 5/~0 /0~
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
__ Yes
__ No
Date of Listing __ / ___ / __
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 subcpntracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
__ Yes (If yes, attach list to include name of M/WBE firm , person contacted, phone number and date and time of contact.)
__ No
NOTE: A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name, date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be in compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications i n order to assist the M/WBEs?
__ Yes
__ No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation · of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and inspection
of any relevant documentation by City personnel.
(Please use additional sheets, if necessarv, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Rejection
Rev. 05/30/03
ADDITIONAL INFORMATION:
ATIACHMENT 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 tliat 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
C�
�
�
�
�
�
1
�
�
�
�
LJ
�
�
,
1
,
i , ,
,
1
1
For:
Pay
Item
PART B -PROPOSAL -Hicks Industrial Park Sanitary Sewer Improvements
TO : DALE A FISSELER, P.E.
CITY MANAGER
FORT WORTH, TEXAS
Sanitary Sewer Improvements
City Project No . 00367
DOE No. 5580
FROM: (Bidder 's Name)
Wri:Jl,I: ~11slru,l16'AJ
(Address) a. r~I/ //?S.,, r~a..s
Pursuant to the foregoing "Notice to Bidders," the undersigned has thoroughly examined the
plans , specifications, and the site , understands the amount of work to be done and hereby
proposes to do all the work and furnish all labor, equipment, and materials necessary to fully
complete the work as provided in the Plans and Specifications, and subject to the inspection and
approval of the Director, Water Department of the City of Fort Worth.
Upon acceptance of this proposal, the bidder is bound to execute a contract and furnish
Performance and Payment Bond approved by the City of Fort Worth for performing and
completing the said work within the time stated and for the following sums to-wit :
Hicks Industrial Park Sanitary Sewer Improvements -City Project No. 00367, DOE No. 5580
CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Number Quantity Price Price
Sanitary Sewer Improvements
1. .Bid-00282 3817 LF *Pipe Sewer-18-Inch (All Depths)-By
Open Cut -Install
Ftrr~ Cents per LF
• -Indicates the item material is required
on page Bl-11
Bl-1
$ 28.4/o $ 10s. 41.oz. .,c
, , ,
, ,
, , ,
Pay
Item
2.
3.
4.
5.
Hicks Industrial Park Sanitary Sewer Improvements-City Project No. 00367, DOE No. 5580
CPMSRecord Approximate Units
Number Quantity
Bid-00278 468 LF
Bid-00278 125 LF
Bid-01087 125 LF
' '
Bid-00268 1032 LF
Description of Bid Item Prices Written In Words
Pipe Sewer-18-Inch D .I.P. (All Depths)
-By Open Cut -Install
tYt' dC: ,y Dollars&
,/t; Cents per LF
Pipe Sewer-18-Inch D .I.P. (All Depths)
-By Other Than Open Cut -in 36"
Casing Pipe -Install
ONt /fqJJD(tD THt8T€€1.J
Dollars&
do Cents per LF
Pipe-Casing-36 Inch (All Depths)-By
Other Than Open Cut -Install
Tl+R.~€ H-tb.Jl)~~D_ Ftr['/..
~ --.. Dollars &
NO Cents per LF
*Pipe Sewer-15-Inch (All Depths) -By
Open Cut -Install
-,;;;.-,,, P~ Dollars&
!=':I' T """'"' LF
* -Indicates the item material is
required on page B 1-11
Bl-2
Unit Total
Price Price
$ flJ.41) $ (Z/Z~.,
$ // '3 Q.fJ $1':ll:l.5~
$ 3S"o !.!?-$ '/~, 7SO '!!. •
$ Z~S'"o $ l~ ZBc/.oc
r,
n Hicks Industrial Park Sanitary Sewer Improvements-City Project No. 00367, DOE No. 5580
Pay CPMSRecord Approximate Units Description of Bid Item Prices W ritten in Words Uni t Total
Item Number Quantity Price Price
~
3'!>S""~ 6 . Bid-00266 135 LF *Pipe Sewer-15-Inch (All Depths)-By $ $ <1s. a-ls-1
• , Other Than Open Cut -Install
V:f.i(t Hf.W{)Q£D rH,,ffl' RV~
~ Dollars& , NO Cents per LF , 7. Bid-00259 3124 LF *Pipe Sewer-12-Inch (All Depths)-By $ Zl.1_0 $ ~5, "'i•c
Open Cut -Install ,
~ (),,e Doll ars& , NO Cents per LF , 8. Bid-00351 4258 LF *Pipe Sewer-8-Inch (All Depths)-By $ .3S ,7~ $1$'~Z23.~
Open Cut -Install , , 71.irlJ"h've. Dollars&
Jel'eJ?r & ·ve Cents per LF , ·, ...
9. Bid-003 63 533 LF *Sewer-Service-6 Inch (All Depths)-$ '/t./.,o $ ZJt 't'SZ,a.
By Open Cut -Install , , E:_"7" FP!<r Doll ars&
/1/7) Cents per LF , , * -Indi cate s the item m ateri al is
requ ired on page B 1-11 ,
Bl -3 ,
Hicks Industrial Park Sanitary Sewer Improvements-City Project No. 00367, DOE No. 5580
Pay CPMSRecord Approximate Units Dtseription of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
I . 10. Bid-00361 12 EA Sewer-Service-6 Inch Service Tap $ ft!_/(),,rO $ ~'8(),a-i
] -Install
s~a~
] I
~1r Dollars &
] /IJ2 Cents per EA
] 11 Bid-00360 8 EA Sewer-Service-6 Inch Chimney Service $ 8ZS',Oo $ ,,,oo •ab
Tap -Install
] E,-f A./ #rt-drsd'
..J
:z;:,~'lf?( h "//e Dollars & ,
11/Z)cents per EA
12. Bid-00362 20 EA Sewer-Service-6 Inch-2 Way Clean Out $ S"S-6 ·0-0 $/..~()CO·~
-Install
1 /:"/ve //vdh!d , h'lf Dollars &
/t/2hnts per EA
13. Bid-00213 24 EA Manhole-Std 4ft Diam-(to 6FtDepth) $ I ~.35. tn) $3~ '/t/a.(l
-Install
t!J11e n"~.s ~ ~HU" , /k~.7ky/f'(;0onars &
,112> Cents per EA ,.
1
1
Bl-4
1
,
,.
Pay
Item
14.
15.
16.
17.
Hicks Industrial Park Sanitary Sewer Improvements-City Project No. 00367, DOE No. 5580
CPMS Record Approximate Units Description of Bid Item Prices Written in Words Unit Total
Number Quantity Price Price
Bid-00214 156 VF Manhole-Std 4Ft Diam-(over 6FtDepth) $ l '3 0 !!E-$ ~o • ..2.so 1
-Install
ON( l{y/il()A.fil) TH1gTY
Dollars&
t,/0 Cents per VF
Bid-00207 4 EA Manhole-Drop-Std 4Ft Diam-(to $ <, 3<10~ $ C/1 31,:,o!i
6FtDepth) -Install
Two [HQU.!A@ ~f"€ f{tJNJ)~O
FoRTY Dollars&
No Cents per EA
Bid-00208 30 VF Manhole-Drop-Std 4Ft Diam-(over $ /30~ $ 3. ,oo~
6FtDepth) -Install
Ct./£ HulJOR.t'P 1Htffl
Dollars&
Alo Cents per VF
' '
Bid-00215 3 EA Manhole-Std 5Ft Diam-(to 6FtDepth) $ oc.
~, 170 -$ ,,s,o·~
-Install
Two TlloY.SA(IJD (II(' ,&IM£1>
5fl/E"f11Tt1 Dollars&
JJQ Cents per EA
Bl-5
Hicks Industrial Park Sanitary Sewer Improvements -City Project No. 00367, DOE No. 5580
Pay CPMS Record Approximate Units Description of Bid lttm Prices Writttn in Words Unit Total
lttm Number Quantity Prict Prict
18. Bid-00216 39 VF Manhole-Std 5ft Diam-(over 6FtDepth) $ LBf~ $ ~J1S~
-Install
0.1:!..€ lfWIONil> Gli,HTY 1 · FJVc Dollars &
1.· NO Centsper VF
t.. ·~ ...
/(,e_()~ $ 30, 7AO!! ' 19. Bid-00211 192 VF Manhole-Interior Protective Coating -$
Install
" ON~ t-ltWiJA.€P s,,qr
l
Dollars&
No Cents per VF
20. Bid-00198 31 EA Collar -Manhole-32 Inch-Frame & $ q30~ $ JB.~.30 !i!
Cover -Install
'·
Nt/JF" Ht.WO~f"/) 1H1~ry
Dollars &
1/0 Cents per EA
,:.,_ ....
21. Bid-00217 31 EA Manhole-Vacuum Test-Services $ ,,o~ $ "3,4/c ~ ,. 0Nf ffl/All'AB> TcJJ
-Dollars &
No Cents per EA
1
1
Bl-6
Hicks Industrial Park Sanitary Sewer Improvements -City Project No. 00367, DOE No. 5580
Pay CPMSRccord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
22. Bid-00201 12,869 LF Inspection-Post Construction Cleaning $ /. ~o $ i'I. 3()J. £9 • & TV-Study
ONF
Dollars&
RFTr' Cents per LF
23. Bid-00372 12,609 LF Trench Safety System 5 FoQt Depth $ /,n, $ IL, t. 4'!._, ,o
-Install
[) II e. Dollars &
~Cents per LF
24. Bid-00839 10 CY Concrete Type E -Install $ 85~ $ 85"0~
/;/ '1Hr'r' F111{'
Dollars&
l'IO Cents per CY
25. Bid-01119 8622 SF Driveway-6 Inch Exposed Aggregate $ ,~ $ l':J,()70 ~
' -Install
Of([
Dollars &
Fo~:ry Cents per SF
Bl-7
Hicks Industrial Park Sanitary Sewer Improvements -City Project No. 00367, DOE No. 5580
Pay CPMSRecord Approximate Units Description of Bid Item Prices Written in Words Unit Total
Item Number Quantity Price Price
26 . Bid-00404 720 SF Driveway-6 Inch -Concrete $ 8~ $ 5",_ 7~0 tt.
-Install
f:tfrHT
Dollars &
No Cents per SF
. ~ "~~ 27. Bid-0443 4204 LF Pavement-2 Inch HMAC on 2/27 Cone $ $ J7J.~,o
Base -Install
1/XTV Flllt
Dollars &
11{0 Cents per LF
28. Bid-00841 30 LF Concrete-Encasement-for 8" Pipe $ 3S~ $ J, 05°C gl!.. .
-Install
THt((fY F1V€
Dollars &
', '. NV Cents per LF
1
/~O~ $ 5", Dt/0~ 29. Bid-0094 42 CY Rip Rap-Grouted < Than 18 Inch Rock $ .
1 -Install
ONc lfl/Jlull.t'f) TIM;}nt._ ,
Dollars & , NO Cents per CY ,
1
Bl-8
1!
, ,
-, ,
Hicks Industrial Park Sanitary Sewer Improvements-City Project No. 00367, DOE No. 5580
Pay CPMSRecord Approximate
Item Number Quantity
30. Bid-00100 I
31. Bid-00181 I
32. Bid-00134 8420
33. Bid-00147 650
Units Description of Bid Item Prices Written In Words
LS Storm Water Pollution Prevention Plan
> Than I Ac SWPPP -Install
Twmrr T>f ()'1 Sift.I/)
Dollars &
!JO Cents per LS
LS Traffic Control -Install
fou fl TlloLl.SIUJ D
>IX. HWIDl,fD Dollars&
/JQ Cents per LS
LF Grass-Hydromulch Seeding -Install
Dollars& ----------
--------'-/{..,_0;......_ ___ Ccnts per LF
CY 6" Top Soil -Install
€'11:rH,
__________ .Dollars&
___ Ni:....:..=O _____ Cents per CY
Bl-9
Unit Total
Price Price
$ .:io, o_oo ~ $ 20,.0U>,:.
$ L./, "00 ~ $ '-I, "ti) '!!.
$ _ _j,.(_<>_" __ $ 8,l{JaO~ .
8~ $ ____ _
n
J
J.
]
ll
1
]:
1:··
1:
,I ,: ,:
1.
1;
1:
-,_;
Hicks Industrial Park Sanitary Sewer Improvements -City Project No. 00367, DOE No. 5580
Pay CPMS Record Approximate Units Description of Bid Item Prices Written in Words
Item Number Quantity
34. Bid-00840 10
35 . Bid-00542 7
CY Fill Material -Ballast Stone -Install
EA
__________ Dollars&
____ .;..cM:....c.~ ____ Cents per CY
Dehole-Exploratory Excavation
-Study
-----------'Dollars &
___ __,Nc..:...;::o ____ eents per EA
Total-Sanitary Sewer Improvements
•, '.
Bl-10
Unit
Price
$ -lo~ _.__;:..=_ __
$ __ 7_,'/:....::0_~ __
Total
Price
$ 5,180'!!1-
r
]
]
]
]
]
]
CITY APPROVED METHOD AND APPROVED PRODUCT FOR*
* CONTRACTOR SHAU SELECT TYPE OF PIPE TO BE USED
Standard Spec No. Size
v' E1-31 4" through 36"
./ E1-25 4" through 15"
E1 -27 4 • through 15"
E1-28 18" through 48"
E100-2 18" through 48"
Consult with "City of Fort Worth, Texas Standard Product List" to obtain the GeneridTrade Name and
the Manufacturer for the pipes listed above.
Failure to provide the infoimation required above may result in !'ejection of bid as non-
responsive.
Only products listed above w-ill be allowed for use in this project. Any substitutions shall
result in rejection of bid as non-responsive
Bl-11
,
! ~
.,
PART B -PROPOSAL (Continued)
Within ten (10) days after notification by the City, the undersigned will execute the fonnal contract and will
deliver an approved Survey Bond and such other bonds as required by the Contract Docwnents, for the
faithful perfonnance 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.
The undersigned bidder certified that he has been furnished at least one set of the General Contract
Docwnents and General Specifications for Water Department Project dated January 1, 1978, and that he
has read and thoroughly understands all the requirements and conditions of those General Docwnents and
the specific Contract Documents and appurtenant plans.
The undersigned assures that its employees and applicants for employment and those of any labor
organiz.ation, subcontractors, or employment agency in either furnishing or referring employee applicants to
the undersigned are not discriminated against as prohibited by tenns of City Ordinance No. 7278 as
amended by City Ordinance No. 7400.
The Bidder agrees to begin construction within_lQ_ calendar days after issue of the work order, and to
· complete construction within 180 calendar days as set forth in the written work order to be furnished
by the Owner.
Bl-12
., •
' ,.
' ' ' 'I
'I
'I
" ~
'I
~
~
~
~
~
~
Receipt is acknowledged of the following addenda:
Addendwn No. I
Addendwn No. 2
Addendwn No. 3
Addendwn No. 4
Addendwn No. 5
(Seal) If Bidder Corporation
Address: ~t)/ W Wa//...J'/.
&r4,i>ea.ie I Zeic~ 7d~S I
Bl-13
Cl-1
Cl -1.1
Cl-1.2
Cl-1.3
Cl-1. 4
Cl-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1 .9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-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
Cl-1.30
Cl-1. 31
Cl-1.32
C2-2
C2-2.l
C2-2.2
C2-2.3
C2-2.4
C2-2.5
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.1 0
C2 -2 .ll
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
NOVEMBER 1, 1987
TABLE OF CONTENTS
DEFINITIONS
Definition of Terms
Contract Documents
Notice to Bidders
Proposal
Bidder
General Conditions
Special Conditions
Specifications
Bond
Contract
Plans
City
City Council
Mayor
City Manager
City Attorney
Director of Public Works
Director, City Water Department
Engineer
Contractor
Sureties
The Work or Project
Working Day
Calendar Day
Legal Holiday
Abbreviations
Change Order
Paved Streets and Alleys
Unpaved Streets and Alleys
City Streets
Roadway
Gravel Street
INTERPRETATION AND PREPARATION OF
PROPOSAL
Proposal Form
Interpretation of Quantities
Examination of Contract Documents
and Site
Submitting of Proposal
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modification of Proposals
Public Opening of Proposals
Irregular Proposals
Cl-1 (1)
Cl-1(1)
Cl-1(1)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(2)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(3)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(4)
Cl-1(5)
Cl-1(5)
Cl-1(5)
Cl-1(5)
Cl-1(6)
Cl-1(6)
Cl-1(7)
Cl-1(7)
Cl-1(7)
Cl-1(7)
C2-2(1)
C2-2(2)
C2-2(2)
C2-2(3)
C2-2(3)
C2-2(3)
C2-2 ( 4)
C2-2(4)
C2-2(4)
C2-2(4)
C2-2 (5 )
C2-2.12
C3-3
C3-3.1
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3.6
C3-3.7
C3 -3.8
C3-3.9
C3-3.10
C3-3.ll
C3-3.12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4.1
C4 -4.2
C4-4.3
C4-4.4
C4-4.5
C4-4.6
C4-4.7
CS-5
CS-5.1
CS-5.2
CS-5.3
CS-5.4
CS-5.5
CS-5.6
CS-5.7
CS-5.8
CS-5.9
CS-5.10
CS-5.11
CS-5.12
CS-5 .13
CS-5.14
CS-5.15
CS-5.16
CS-5.17
CS-5.18
C6-6
Disqualification of Bidders
AWARD OF EXECUTION OF DOCUMENTS
Consideration of Proposals
Minority Business Enterprise/
Women-Owned Business Enterprise
Compliance
Equal Employment Provisions
Withdrawal of Proposals
Award of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payroll
Contractor's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Schedule of Operations
Progress Schedules for Water and Sewer
Plant Facilities
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
Authority and Duties of Inspectors
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
Cleanup
Final Inspection
LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
Cl-1 (1)
C2-2(5)
C3 -3 ( 1)
C3 -3 ( 1)
C3-3(1)
C3-3(2)
C3-3(2)
C3-3(2)
C3 -3 ( 2)
C3-3(4)
C3-3(4)
C3-3(4)
C3-3(4)
C3-3(7)
C3-3(7)
C3-3(7)
C3-3(8)
C4-4(1)
C4 -4(1)
C4-4(1)
C4-4(2)
C4-4(2)
C4-4(4)
C4-4(4)
CS -5(1)
CS-5(1)
CS-5(2)
CS-5(2)
CS-5(3)
CS-5(3)
CS-5(3)
CS-5(4)
CS-5(5)
CS-5(5)
CS-5(6)
CS-5(6)
CS-5(7)
CS-5(7)
CS-5(8)
CS-5(9)
CS-5(9)
CS-5(9)
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
C7-7.9
C7-7.10
C7-7.ll
C7-7.12
C7-7.13
C7-7.14
C7 -7.15
C7-7.16
C7-7.17
C8-8
C8-8.l
C8-8.2
C8-8.3
C8-8.4
C8 -8 .5
Laws to be Observed
Permits and Licenses
Patented Devices, Materials and
Processes
Sanitary Provisions
Public Safety and Convenience
Privileges of Contractor in Streets,
Alleys, and Rights -of-Way
Railway Crossings
Barricades, Warnings and Watchmen
Use of Explosives, Drop Weight, etc.
Work Within Easements
Independent Contractor
Contractor's Respons i bility for
Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public
Utilities, etc.
Temporary Sewer Drain Connections
Arrangement and Charges of Water
Furnished by City
Use of a Section or Portion of the Work
Contractor's Responsibility for Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
PROSECUT I ON AND PROGRESS
Subletting
Assignment of Contract
Prosecution of the Work
Limitations of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completi o n
Extension of Time of Completion
Delays
Time of Completion
Suspension by Court Order
Temporary Suspension
Termination of Contract Due to National
Emergency
Suspension or Abandonment o f the Work
and Annulment of Contract
Fulfillment of Contract
Termination for Convenience of the Owner
Safety Methods and Practices
MEASUREMENT AND PAYMENT
Measurement of Quantities
Unit Prices
Lump Sum
Scope of Payment
Partial Estimates and Retainage
Cl-1 (1)
C6 -6(1)
C6-6 (1)
C6 -6(1)
C6-6(2)
C6-6(2)
C6-6(3)
C6 -6(4)
C6-6 (4)
C6 -6(6)
C6-6(6)
C6-6(8)
C6-6(9)
C6-6(9)
C6 -6(10)
C6-6(10)
C6 -6(10)
C6-6(11)
C6 -6(11)
C6-6(11)
C6-6 (12)
C6-6(12)
C7-7(1)
C7-7(1)
C7-7(1)
C7-7(2 )
C7-7(2)
C7-7 (3)
C7-7(4)
C7-7 (4)
C7-7(5)
C7-7(5)
C7-7(6 )
C7-7(6)
C7-7(7)
C7-7(8)
C7-7(10)
C7-7(10)
C7-7(13)
C8-8(1)
C8-8(1)
C8-8(1)
C8-8(1)
C8 -8(2)
CB-8.6
CB-8.7
CB-8.8
CB-8.9
CB-8.10
CB-8.11
CB-8.12
CB-8 .13
Withholding Payment
Final Acceptance
Final Payment
Adequacy of Design
General Guaranty
Subsidiary Work
Miscellaneous Placement of Material
Record Documents
CB-8(3)
CB-8(3)
CB-8(3)
CB-8(4)
CB-8 ( 5)
CB-8(5)
CB-8(5)
CB-8(5)
PART C -GENERAL CONDITIONS
Cl-1 DEFINTIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITI ONS OF TERMS: Whenever in these Contract
Documents the f o llowing 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 all of
the written and drawn documents, such as specifications, bonds,
addenda, plan s, etc., which govern the terms and p erf o rmance of
the contrac t . These are contained in the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS:
Documents govern all Water
inc lude the following items:
The General Contract
Department Pro jec ts and
PART A NOTICE TO BIDDERS (sample)
PA RT B -PROPOSAL (sample )
PART C -GENERAL COND IT IONS (C ITY)
C l-1 (1)
White
White
Canar y Yellow
(Developer ) Brown
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS /EASEMENTS
PART F -BONDS
PART G -CONTRACT
(Sample)
(Sample )
Green
El-White
E2-Goldenrod
E2A-White
Blue
White
White
b. SPECIAL CONTRACT DOCUMENTS : The Special Contract
Documents are prepared for each specific project as a
supplement to the General Contract Documents and
include the following items:
PART A -NOTICE TO BIDDERS (Advertisement ) Same as
above
PART B -PR OPOSAL (Bid)
PART C -GE NERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMIT~/EASEMENTS
PART F -BONDS
C l-I (I)
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either
actually published in public advertising mediums or furnished
directly to interested parties pertaining to the work
contemplated under the Contract Documents constitutes the Notice
to Bidders.
Cl-1.4 PROPOSAL: The completed written and signed offer or
tender of a bidder to perform the work which the Owner desires
to have done, together with the bid security, constitutes the
Proposal, which becomes binding upon the Bidder when it is
officially received by the Owner, has been publicly opened and
read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person,
company, association, corporation,
duly authorized representative,
performing the work contemplated
constitutes a bidder.
persons, firm, partnership,
acting directly or through a
submitting a proposal for
under the Contract Documents,
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.
Wherever there may be a
and Special Conditions,
shall govern.
conflict between the General Conditions
the latter shall take precedence and
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 c ·onditions. 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 are that section or
part of the Contract Documents which sets forth in detail the
requirements which must be met by all materials, construction,
workmanship, equipment and services in order to render a
completed and useful project. Whenever reference is made to
Cl-1 (2)
standard specifications, regulations, requirements, statutes,
etc., such referred to documents shall become a part of the
Contract Documents just as thought they were embodied therein.
Cl-1.9 BOND: The bond or bonds are the written guarantee or
security furnished by the Contractor for the prompt and faithful
performance of the contract and include the following:
a. Performance Bond (see paragraph C3-3.7)
b. Payment Bond (see paragraph C3-3.7)
c . Maintenance Bond (see paragraph C3-3.7)
d. Proposal or Bid Security (see Special Instructions to
Bidders, Part a and C2-2.6)
Cl-1.10 CONTRACT: The Contract is the 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 PL.ANS: The plans are the drawings or reproductions
therefrom made by the Owner's representative showing in detail
the location, dimension and position of the various elements of
the project, including such profiles, typical cross-sectio ns ,
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 other parts of the Contract Documents, but
they are a 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
Contracts involving the City of Fort Worth is by Charter vested
in the City Manager. The terms City and Owner are synonymous.
Cl-1.13 CITY COUNCIL: The duly elected and qualified governing
body of the City of Fort Worth, Texas.
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence,
the Mayor Pro tern of the City of Fort Worth, Texas.
Cl-1 (3 )
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:
of the City of Fort
representative.
The officially appointed City Attorney
Worth, Texas, or his duly authorized
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The duly appointed official
of the City of Fort Worth, referred to in the Charter as the
City Engineer, or his duly authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The duly 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, persons, partnership, company,
firm, association, or corporation, entering into a contract with
the Owner for the execution of the work, acting directly or
through a duly authorized representative. A sub-contractor is a
person, firm corporation, or others under contract with the
principal contractor, supplying labor and materials or only
labor, for work at the site of the project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such
bonds are required with and for the Contractor. The sureties
engaged are to be fully responsible for the entire and
satisfactory fulfillment of the Contract and for any and all
requirements as set forth in the Contract Documents and approved
changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in
and covered by the Contract Documents, including but not limited
to the furnishing of all labor, materials, tools, equipment, and
incidentals necessary to produce a completed and serviceable
project.
Cl-1 (4 )
Cl -1.23 WORKING DAY: A working day is defined as a calendar
day, not including Saturdays, Sundays, and legal holidays, in
which the 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 CA LENDAR DAYS: A calendar day is any day of the week or
month, no days being excepted.
Cl -1. 25 LEGAL HOLIDAYS: Legal holidays shall be observed as
prescribed by the City Council of the City of Fort Worth for
observance by City employees as follows:
1.
2.
3.
4.
5 .
6.
7.
8.
9.
New Year's Day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of
determine.
January 1
Third Monday in January
Last Monday in May
July 4
First Monday in September
Fourth Thursday in November
Fourth Friday in November
December 25
holidays as the City Council may
When one of the above named holidays or a special holiday
declared by the City Council, falls on 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 holiday as
the holiday.
Cl -1.26 ABBREVIATIONS:
herein appear in Contract
shall be as follows:
Wherever the abbreviations
Documents, the intent and
defined
meaning
AASHTO American Association of State Highway Transportation
Officials
ASCE -
LAW -
ASA -
HI -
American Society of Civil Engineers
In Accordance With
A WW A -American Water Works Association
American Standards Association
Hydraulic Institute
Cl-I (5)
Asph. -
Ave . -
Blvd. -
CI -
GI -
Lin. -
lb. -
MH -
Max. -
CF S -
Min. -
Mono . -
% -
R -
I.D. -
O.D . -
Elev . -
F -
C -
In. -
Ft. -
St. -
CY -
Yd. -
SY -
L.F. -
D . I. -
Asphalt
Avenue
Boulevard
Cast Iron
CL-
Galvanized Iron
Li near or Lineal
Pound
Manhole
Maximum
Center Line
MGD -Million Gallons per Day
Cub i c F oo t pe r Second
Minimum
Monolithi c
Percent um
Radius
Inside Diameter
Outside Di ameter
El evat i on
Fahrenhe i t
Cent i grade
Inch
Foot
Street
Cubic Yard
Yard
Square Yard
Linear Foot
Ductile Iron
Cl -1.27 CHANGE ORD ER: A "Change Order" is a written
supplemental agreement between the Owner and the Contractor
coverin g some added or deducted i t em or feature whi ch may be
found necessary and which was not specifically included in the
scope of the project on which bids were submitted. Increase in
unit quantities stated in the proposal are not the subject
matter of a Change Order unless the increase or decrease is more
than 25% of the amount of the particular item or items in the
original proposal.
All "Change Orders" shall be prepared by the City from
information as necessary furnished by the Contractor.
Cl -1 .28 PAVED STREETS AND ALLEYS: A paved street or alley shall
be defined as a street or alley having one of the following
types of wearing surfaces applied over the natural unimproved
surface:
Cl-1 (6)
1.
2.
3.
4.
5.
Any type of asphaltic
separate base material.
concrete with or without
Any type of asphalt surface treatment,
an oiled surface, with or without
material.
not including
separate base
Brick, with or without separate base material.
Concrete, with or without separate base material.
Any combination of the above.
Cl -1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley,
roadway or other surface is any area except those defined above
for "Paved Streets and Alleys."
Cl -1.30 CITY STREETS: A city street is defined as that area
between the right-of-way lines as the street is dedicated.
Cl-1.31 ROADWAY: The roadway is defined as the area between
parallel lines two (2') feet 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 any unpaved 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 (7)
SECTION C-GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with
proposal forms 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
sEate 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 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.
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. Such experience must have been on projects 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 (I )
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 onl y 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 . 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
shal l become part of the Contract Documents just as though such
addenda were actually written into the original Contract
Documents .
Prior to the filing of proposal, bidders are required 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 the 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 in prima-facie evidence that
the bidder has made the investigations, 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.
C2-2 (2)
The logs of Soil Borings, if any, showing on the plans are for
general information only and may not be correct . Neither the
Owner nor the Engineer guarantees 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 the work contemplated or furnish the materials required.
All such prices shall be written legibly. In case of
discrepancy between the 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 his (her) duly authorized agent. If a
proposal is submitted by a firm, association, or partnership,
the name and address of each member must be given, and the
proposal must be signed by a member of the firm association, or
partnership, or by a person duly authorized. If a proposal is
submitted by a company or c orporati o n, the company or corporate
name and business address must be given, and the proposal signed
by an official or duly authorized agent. The corporate seal
must be affixed. Power of Attorney authorizing agents or others
to sign proposal must be properly certified and 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,
incomplete bids, erasures, or irregularities of any kind, or
contain unbalanced values of any items. Proposals tendered or
delivered after the official time designated for receipt of
proposals 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 in
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 perf o rmance and o ther b o nds. The bid security o f the
C2-2 (3)
three lowest bidders will be retained until
awarded or other disposition is made thereof.
of all other bidders may be returned promptly
of bids.
the contract is
The bid security
after the canvass
C2-2 .7 DELIVERY OF PROPOSALS: 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 marked with the word "PROPOSAL" and the name of
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 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 b y the City Manager prio r
to the said proposal opening time, and provided further, that
the City Manager is satisfied that a written and dul y
authenticated confirmation of such telegraphic communication
over the signature of the bidder was mailed prior to the
proposal opening time. If such confirmation is not •received
within forty-eight (48 ) hours after the proposal opening time,
no further consideration will be given to the proposal .
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which h a v e been
properly filed and for which no "Non-co nsideration 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 hav e
been o pened and read will remain o n file with the o wne r until
C2-2 (4)
the contract has been awarded.
representatives are invited to be
bids.
Bidders
present
or
for
their
the
authorized
opening of
C2-2.ll IRREGULAR PROPOSALS: Proposals shall be considered as
being "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 and 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 cannot 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 the financial
statement, experience record, 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.
C2-2 (5)
-
3 . An equipment schedule showing the equipment the
bidder has available for use on the project.
The Bid Proposal of a
Engineer, is disqualified
shall be set aside and not
bidder who, in the judgment of the
under the requirements stated herein,
o pened.
C2-2 (6)
PART C-GENERAL CONDITIONS
C3-3 AWARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AWARD AND EXECUTION OF DOCUMENTS
C3-3 .1 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 brining items to a common basis as may be established in the
Contract Documents.
The total obtained by taking the sum of the products o f 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 award 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 p r oceed
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 t o provide to Owner,
upon request, complete and accurate information regarding actual
work performed by a Minority Business Enterprise (MBE) an/or a
Woman-Owned Business Enterprise (WBE) on the contract and the
payment therefore. Contractor further agrees, upon request by
Owner, to allow an audit and/ or an examination of any books,
records, or files in the possession of Contractor that will
substantiate the actual work performed by the MBE 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 Ordinance prohibiting discrimination in
employment practices. The Contractor shall . post the required
C3 -3 (1)
notice to that effect on the project site, and at his request,
will be provided assistance by the City of Fort Worth's Equal
Employment Officer who will refer any qualified applicant he may
have on file in his office to the Contractor. Appropriate
notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read
by the Owner it
five (45) days
opened.
cannot be withdrawn by the Bidder within forty-
after the date on which the proposals were
C3 - 3 . 5 AWARD 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 an award is made, will be to the
lowest and best responsible 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 an amount not less than 100 percent of the
amount of the contract, as evidenced by the proposal
and 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
C3-3 (2)
b. or the 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.
c. 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 CS-8.10.
d. PAYMENT BOND: A good and sufficient payment bond, in
an amount 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 5160, Revised Civil Statutes of Texas, 1925,
as amended by House Bill 344 Acts 56th Legislature,
Regular Session, 1959, effective April 27, 1959,
and/or the latest version thereof, supplying labor and
materials in the prosecution of the work provided for
in the contract being constructed under these
specifications. Payment Bond shall remain in force
until all payments as above stipulated are made.
e . OTHER BONDS: Such other bonds as may be required by
these Contract Documents shall be furnished by the
Contractor.
No sureties will be accepted by the Owner which are at the time
in default or delinquent on any bonds or which are interested in
any litigation against the owner. All bonds shall be made on
the forms furnished by the Owner and shall be executed by an
approved surety company doing business in the City of Fort
Worth, Texas, and which is acceptable to the owner. In order to
be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the
amount of bond written by any one acceptable company shall not
exceed the amount shown on the Treasury List for that company.
Each bond shall be properly executed by both the Contractor and
the Surety Company.
C3 -3 (3)
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 wi.l.l any payments be due or paid
until approval of the bonds by the Owner.
C3 -3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the
Owner has by appropriate resolution, or otherwise, awarded the
contract, the Contractor shall execute and file with the Owner
the Contract and such bonds as may be required in the Contract
Documents.
C3 -3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee
to e x ecute the required bond or bonds or to sign the required
contract within ten ( 10) days after the contract is awarded
shall be considered by the Owner as an abandonment of his
proposal, and the Owner may annul the Award . By reason of the
uncertainty of the market prices of material and labor, and it
being impracticable and difficult to accurately determine the
amount of damages occurring to the Owner by reason of said
awardee's failure to execute said bonds and contract within ten
(10) days, the proposal security accompanying the proposal shall
be the agreed amount of damages which Owner will suffer by
reason of such failure on the part of the Awardee and shall
thereupon immediately be forfeited to the Owner.
The filing of a proposal will be considered as an acceptance of
this provision by the Bidder.
C3-3.10 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 the "Work Order" or "Proceed Order", it is agreed that
the surety Company will, within ten 910) days after the
commencement date set forth in such written authorization,
commence the physical execution of the contract.
C3-3.ll INSURANCE:
this contract until
under the Contract
approv ed b y the
The Contractor shall not commence work under
he has obtained all the insurance required
Documents, and such insurance has been
Owner . The prime Cont r act o r shall be
C3-3 (4)
responsible for delivering to the Owner the sub-contractor's
certificate of insurance for approval. The prime contractor
shall indicate of 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, Workers'
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
Workers' 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 Contractor's Comprehensive
General Liability Insurance (Public Liability and
Property Damage Insurance ) in an 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 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.
2.
3.
4.
5 .
6.
Contingent Liability (covers General Contractor's
Liability for acts of sub-contractors).
Blasting, prior to any blasting being done.
Collapse of buildings or structures adjacent to
excavation (if excavations are to be performed
adjacent to same).
Damage to underground utilities for $500,000.
Builder's risk (where above-ground structures are
involved).
Contractual Liability (covers all indemnification
requirements of Contract).
C3-3 (5)
d. AUTOMOBILE INSURANCE BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain,
during the life of this Contract, Comprehensive
Automobile Liability insurance in an amount not less
than $250,000 for injuries including accidental death
to any one person and subject to the same limit for
each person an amount not less than $500,000 on
account of one accident, and automobile property
damage insurance in an amount not less than $100,000.
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide
adequate protection for the Contractor and his sub-
contractors, respectively, against damage claims which
may arise from operations be by the insured or by
anyone directly or indirectly employed by him, and
also against any of the following special hazards
which may be encountered in the performance of the
Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall
furnish the Owner with satisfactory proof of coverage
by insurance required in these Contract Documents in
amounts and by carriers satisfactory to the Owner.
(Sample attached.) All insurance requirements made
upon the Contractor shall apply to the sub-contractor,
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 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 agent, one upon whom service of process may
be had, and must have 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
C3 -3 (6)
any other claimant, any 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 of 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 PAYROLL : A certified copy of each payroll
covering payment of wages to all person 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 pertaining to the work governed by the Contract
whether it be administrative or otherwise and as such shall be
empowered, thus delegated and directed, to settle all material,
labor or other expenditures, all claims against the work or any
other matter associated such as maintaining adequate and
appropriate insurance or security coverage for the project.
C3-3 (7 )
Such local authority for administration of the work u nder 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,
appropriately signed and sealed, as applicable, by the
Contractor's responsible officers with the understanding that
this written assignment of authority to a 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 oriented in furthering the
work, or other, are governed directly b y local authority . This
same requirement is imposed on insurance and surety c o verage.
Should the Contracto r's local representative fail to perf o rm 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 o f working time will be f o r peri o ds in
which work stoppages are in effect fort his reason.
C3-3 .15 VENUE : Venue of any action herein shall be exclusively
in Tarrant County, Texas.
C3-3 (8)
SECTION C4-4 SCOPE OF WORK
PART C-GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.l INTENT OF CONTRACT DOCUMENTS: It is the definite
intention of these Cont r act Documen ts 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 of
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 Conditi o ns of these Contract Documents be
anticipated, o r sho uld there be any additi o nal pro p o sed work
which is not covered by these Contract Documents, then "special
Provisions: covering all such work will be prepared by the Owner
previous to the time of receiving bids or proposal for such work
and furnished to the bidder in the form o f Addenda . All such
"Special Provisions" shall be considered to be a part of the
Contract Documents just as though they were originally written
therein.
C 4-4. 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 if
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 25
percent of the contemplated quantity of such i tern or i terns.
When such changes increase o r decrease the original quantity of
any item or items of work to be done or materials to be
furnished by 2 5 percent o r mo re, then either party t o the
c o ntract shall upon written request to the other party be
entitled to a revised consideration upon that portion of the
wo rk above or bel o w the 2 5 percent of the original quantity
stated in the pro posal; such rev ised consideration t o be
C4-4 (1)
determined by special agreement or as hereinafter provided for
"Extra Work." No allowance will be made for any changes in
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 or sanitary sewer pipe in each pipe size, but
not to the various depth categories.
C4 -4. 4 ALTERATION OF CONTRACT DOCUMENTS: By Change . Order, the
Owner reserves the right to make such changes in the Contract
Documents and in the character or quantities of the work as may
be necessary or desirable to insure completion in the most
satisfactory manner, provided such changes do not materially
alter the original Contract Documents or change the general
nature of the project as a whole. Such changes shall not be
considered as waiving or invalidating any condition or provision
of the Contract Documents.
C4-4.5 EXTRA WORK: Additional work made necessary by changes
and alterations of the Contract Documents or of quantities or
for other reasons for which no prices are provided in the
Contract Documents, shall be defined as "Extra Work" and shall
be performed by the Contractor in accordance with these Contract
Documents or approved additions thereto; provided, however, that
before any extra work is begun a "Change Order" shall be
executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more
combination of the following methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The ·actual reasonable cost of ( 1) labor, (2) rental of
equipment used on the extra work for the time so used at
Associated General Contractors of America current equipment
rental rates, ( 3) materials entering permanently into the
project, and (4) actual cost of insurance, bonds, and
social security as determined by the Owner, plus a fixed
fee to be agreed upon but not to exceed 10% 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 owned by him and used for the extra work. The
C4-4 (2)
d. 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.
Should a difference arise as to what does or does 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 an 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 the 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 (3)
C4-4.6 SCHEDULE OF OPERATIONS: Before commencing any work under
this contract, the Contractor shall submit to the Owner and
receive the Owner's approval thereof, a "Schedule of
Operations," showing by a straight line method the date of
commencing and finishing each of the major elements of the
contract. There shall be also shown the estimated monthly cost
of work for which estimates are to be expected. There shall be
presented also a composite graph showing the anticipated
progress of construction with the time being plotted
horizontally and the percentage of completion plotted
vertically. The progress charts shall be prepared on 8 ~ " X
11" sheets and at least five black of blue line prints shall be
furnished to the Owner.
C4-4.7 PROGRESS SCHEDULES FOR WATER AND SEWER PLANT FACILITIES:
Within Ten (10) days prior to submission of first monthly
progress payment, the Contractor shall prepare and submit to the
Owner for approval six copies of the schedule in which the
Contractor proposes to carry on the work, the date of which he
will start the several major activities (including procurement
of materials, plans, and equipment) and the contemplated dates
for completing the same. The schedule shall be in the form of a
time schedule Critical Path Method (CPM) network diagram . As
the work progresses, the Contractor shall enter on the diagram
the actual progress at the end of each partial payment period or
at such intervals as directed by the Engineer. The Contractor
shall also revise the schedule to reflect any adjustments in
contract time approved by the Engineer. Three copies of the
updated schedule shall be delivered at such intervals as
directed by the Owner.
As a minimum, the construction schedule shall incorporate all
work elements and activities indicated in the proposal and in
the technical specifications.
Prior to the final drafting of the detailed construction
schedule, the contractor shall review the draft schedule with
the Engineer to ensure the Contractor's understanding of the
contract requirements.
The following guidelines shall be adhered to in preparing the
construction schedule:
a. Milestone dates and final project completion dates
shall be developed to conform to time constraints,
sequencing requirements and completion time.
C4-4 (4)
b. The construction process shall be divided into
activities with time durations of approximately
fourteen (14) days and construction values not to
exceed $50,000 . Fabrication, delivery and submittal
activities are exceptions to this guideline .
C . Durations shall be in calendar days and normal
holidays and weather conditions over the duration of
the contract shall be accounted for within the
duration of each activity.
d. One critical path shall be shown on the construction
schedule.
e. Float time is defined as the amount of time between
the earliest start date and the latest start date of a
chain of activities of the CPM construction schedule.
Float time is not for the exclusive use or benefit of
either the Contractor or the Owner.
f. Thirty days shall be used for submittal review unless
otherwise specified .
The construction schedule shall, as a minimum, be divided into general categories as indicated in
the Proposal and Technical Specifications and each general category shall be broken down into
activities in enough detail to achieve activities of approximately fourteen(l4) days' duration.
For each general category, the construction schedule sh~ll
identify all trades or subcontracts whose work is represented by
activities that follow the guidelines of this Section .
For each of the trades or subcontracts, the construction
schedule shall indicate the following procurements, construction
and pre-acceptance activities and events in their logical
sequence for equipment and materials.
1. Preparat i on and transmittal of submittals.
2. Submittal review perio ds .
3. Shop fabrication and delivery.
4. Erection or installation.
C4-4 (5)
5. Transmittal of manufacturer's operation and maintenance
instructions.
6. Installed equipment and materials testing.
7. Owner's operator instruction (if applicable)
8. Final inspection.
9. Operational testing.
10. Final inspection.
If, in the opinion of the Owner, work accomplished falls behind
that scheduled, the Contractor shall take such action as
necessary to improve his progress. In addition, the Owner ma y
require the Contractor to submit a revised schedule
demonstrating his program and proposed plan to make up lag in
scheduled progress and to insure completion of the work within
the contract time. If the Owner finds the proposed plan not
acceptable, he may require the Contractor to increase the work
force, the construction plant and equipment , the number of wo r k
shifts or the overtime operations without additi o nal cost t o the
Owner.
Failure of the Contractor
shall be considered grounds
the Contractor is failing
diligence as will insure
specified.
to comply with these requirements
for determination by the Owner that
to pro secute the work with such
its completion within the time
C 4-4 (6)
PART C-GENERAL CONDITIONS
CS-5 CONTROL OF WORK AND
MATERIALS
SECTION CS-5 CONTROL OF WORK AND MATERIALS
C5 - 5 . 1 AUTHORITY OF ENGINEER: The work shal 1 be performed to
the satisfaction of the Engineer and in strict compliance with
the Contract Documents . He shall decide all questions which
arise as to the quality and acceptability of materials
furnished, work performed, rate of progress of the work, overall
sequence of the construction, interpretation of the Cont,ract
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 Co ntractor's means, methods,
techniques, sequences of procedures of construction, or the
safety precaution and programs incident thereto, and he will not
be responsible fbr Contractor's failure to perform the work in
accordance with the Contract Documents.
He 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
Co ntractor fails t o carry out pro mptly .
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 decisi o n on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases
shall conform with lines, grades, cross-sections, finish, and
dimensions shown o n the plans o r any other requirements
otherwise described in the Contract Documents. Any deviation
from the approved Co ntract Do cuments required by the Engineer
during construction will in all cases be determined by the
Engineer and authorized b y the Owner b y Change Order.
C S-5 (1)
CS-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken
together, are intended to describe and provide for a complete
and useful project, and any requirements appearing in one of the
sections is as binding as though it occurred in all sections.
In case of discrepancies, figured dimension shall govern over
scaled dimensions, plans shall govern over specifications,
special conditions shall govern over general conditions and
standard specifications, 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
Contract Documents, and the Owner shall be permitted to make
such corrections or interpretations as may be deemed necessary
for the 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 the
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 the 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
CS-5 (2)
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 travelling public or the owners of
property across which the project extends or the safety of
property contiguous to the project routing.
The Contractor
Engineer and
workmanship and
shall provide all facilities to enable
his inspector to examine and inspect
materials entering into the work.
the
the
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK : When, in the
opinion of the Owner or Engineer, a condition of emergency
exists related to any part of the work, the Contractor, or the
Co ntractor 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 on a working-day basis.
Should the Contracto r fail t o respo nd to a request from the
Engineer to rectify any discrepancies, omissions, or corrections
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 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
show 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 then deduct an amount equal to
the entire costs for such remedial action, plus 25%, from any
funds due the Contractor on the project.
C5-5.6 FIELD OFFICE: The Co ntractor shall provide, at no extra
compensation, an adequate field office for use of the Engineer ,
if specifically called f o r. The field office shall be not less
than 10 by 14 feet in floor area, substantially constructed,
well heated, air conditioned, lighted, and weather-proof, so
that documents will not be damaged by the elements.
C5-5. 7 CONSTRUCTION STAKES: The City , through
will furnish the Co ntracto r wit h all lines,
C5-5 (3)
its Engineer,
grades , and
measurements necessary to the proper prosecution and control of
the work contracted for under these Contract Documents, and
lines, grades and measurements will be established by means of
stakes or other customary method of marking a may be found
consistent with good practice.
These stakes or markings shall be set sufficiently in advance of
construction operations to avoia delay. Such stakes or
markings, as may be established for the 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 INSPECTORS: 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
the progress of the work and the manner in which it is being
performed, any evidence that the materials being furnished or
the work being performed by the Contractor fails to fulfill the
requirements of the Contract Documents, and to call the
attention of the Contractor to any such failure or o ther
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
authority to reject materials or equipment to suspend work until
the question at issue can be referred to, and be 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 to
the requirements of the Contract Documents. He 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
CS-5(4)
Contractor shall regard and obey the directions and instruction
of the City Inspector or Engineer when the same are consistent
with the obligations of the Contract Documents, p r ovided,
however, should the Contractor object to any orders or
instructions of the City Inspector, the Contractor may within
six days make written appea l to the Engineer for his decision on
the matter in controversy.
CS-5 .9 INSPECTION : The Contractor shall furnish the
Eng i neer 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 be work so exposed or examined prove to be unacceptable,
the uncovering or removing and the replacing of all adjacent
defective or damaged parts shall be at the Contractor's expense.
No work shall be done or materials used without suitable
supervision or inspection .
CS-5 .10 REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work,
materials, or equipment which has been rejected shall be
remedied or removed and replaced in an acceptable manner by the
Contractor at his own expense. Work done beyond the lines and
grades given or as shown on the plans, except as herein
specifically 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 to the Contractor.
Failure to require the removal of any defective or unauthorized
work shall not constitute acceptance of such works.
C5-5 (5)
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
pre-construction conference, make written application to
Engineer for approval of such substitute certifying in writing
that the proposed substitute will perform adequately the
functions called for by the general design, be similar and of
equal substance to that specified and be suited to the same use
and capable of performing the same function as that specified;
and identifying all variations of the proposed substitute from
that specified and indicating available maintenance service. No
substitute shall be ordered or installed without the 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
employed by either of them from and against the claims, damages,
losses and expenses (including attorneys fees) arising out of
the use of substituted materials or equipment.
CS-5. 12 SAMPLES AND TESTS OR 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 otherwise specifically provided. The
failure of the Owner to make any tests of materials shall in no
way relieve the Contractor of his responsibility of furnishing
materials and equipment fully conforming to the requirements of
the Contract Documents. Tests and sampling of materials, unless
otherwise specified, will be made in accordance with the latest
methods prescribed by the American Society for Testing Materials
or specific requirements of the Owner. The Contractor shall
provide such facilities as the Engineer may require for
collecting and forwarding samples and shall not, without
specific written permission of the Engineer, use the 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
C5-5 (6 )
mixing and transporting equipment shall be approved by the
Engineer before any concrete is placed, and the Contractor shall
be responsib l e 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 the new materials.
CS-5 .13 STORAGE OF MATERIALS: All materials which are to be
used in the construction operation shall be stored to insure the
preservation of the quality and fitness of the work. When
directed by the Engineer, they shall be placed on wooden
platforms or other hard, clean durable surfaces and not on the
ground, and shall be placed under cover when directed. Stored
materials shall be placed and located so as to facilitate prompt
inspection.
CS-5 .14 EXISTING STRUCTURES AND UTILITIES: The location and
dimensions shown on the Plans relative to 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. The location of many gas mains,
water mains, conduits, sewer lines and service lines for all
utilities, etc., is unknown to the Owner, and the Owner assumes
no responsibility for failure to show any or all such structures
and utilities on the Plans or to show them in their exact
location. It is mutually agreed that such failure will not be
considered 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 for which is not made in the 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 adjacent and/or conflicting utilities sufficiently in advance
of construction in order that he may negotiate such local
adjustments as necessary in the construction process to provide
adequate clearances. The Contractor shall take all necessary
precautions in order to protect all existing utilities,
structures and service lines. Verification of existing
utilities, structures and service lines shall include
C5-5 (7)
notification of all utility companies at least forty-eight (48)
hours in advance of construction including exploratory
excavation if necessary. All verification of existing utilities
and their adjustment shall be considered as 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:
b.
1. Notify the Water
Division of location,
service interruption.
Department's
time, and
Distribution
schedule of
2. Notify each customer personally through
3.
responsible personnel of time and schedule of the
interruption of their service, or
In the event that personal notification of a
customer cannot be made, a prepared tag form
shall be attached to the customer's entrance
doorknob. The tag shall be durable
composition, and in large bold type shall say:
"NOTICE"
Due to Utility Improvement in your neighborhood,
your (water) (sewer) service will be interrupted
on between the hours of and
This inconvenience will be as short as possible.
Thank you,
Contractor
Address Phone
in
Emergency:
interruption
immediate.
In the event that an
occurs, notice shall
unforeseen service
be as above, but
C5-5 (8 )
C5-5 .16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through acts
or neglect on the part of the contractor, any other Contractor
or any sub-contractor shall suffer loss or damage on 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 any 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 Documents shall be accomplished in keeping
with a daily routine established to the satisfaction of the
Engineer. If, within twenty-four (24) hours after written
notice is given to the Contractor that the clean-up on the job
site is proceeding in a manner unsatisfactory to the Engineer,
the Contractor fails to correct the unsatisfactory procedure,
the City may take such direct action as the Engineer deems
appropriate to correct the clean-up deficiencies cited to the
contractor in the written notice, and the costs of such direct
action, plus 25% of such costs, shall be deducted from monies
due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by
these Contract Documents, and before final acceptance and final
payment will be made, the Contractor shall clean and remove from
the site of the project all surplus and discarded materials,
temporary structures, and debris of every kind. He shall leave
the site of all work in a neat and orderly condition equal to
that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at
locations satisfactory to the Engineer. The Contractor shall
thoroughly clean all equipment and materials installed by him
and shall deliver over such materials and equipment in a bright,
clean, polished and new appearing condition. No extra
compensation will be made to the Contractor for any clean-up
required on the project.
C5-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been
satisfactorily completed and final clean-up performed, the
Engineer will notify the proper officials of the Owner and
request that the final inspection be made. Such inspection will
be made within 10 days after such notification. After such
C5-5 (9)
'. ' ...
final inspection, if the work and materials and equip ment are
found satisfactory, the Contractor will be notified in writing
of the acceptance of the same after the proper resolution has
been passed by the City Council. No time charge will be made
against the Contractor between said date of notification of the
Engineer and the date of final inspection of the work.
C5-5 (10)
PART C-GENERAL CONDITIONS C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY C6-6 .1 LAWS TO BE OBSERVED: The Contractor shall at all times observe and comply with all Federal and State Laws and City ordinances and regulations which in any way affect the conduct of the work or his operations, and shall observe and comply with all orders, laws, ordinances and regulations which exist or which may be enacted later by bodies having jurisdiction or authority for such enactment. No plea of misunderstanding or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify and save harmless the City and all of its officers, agents, and employees against any and all claims or liability arising from or based on the violation of any such law, ordinance, regulation, or order, whether it be by himself or his employees. C6-6. 2 PERMITS AND LICENSES: The Contractor shall procure all permits and licenses, pay all charges, costs and fees, and give all notices necessary and incident to the due and lawful prosecution of the work. C6-6.3 PATENTED DEVICES, MATERIALS AND PROCESSES: If the Contractor is required or desires to use any design, device, material, or process covered by letter, patent, or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and understood that without exception the contract prices shall include all royalties or costs 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 patented design, device, material or process, or any trademark 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 by the design, type of construction or material C6-6 (1)
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 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 so 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 t o property contiguous to the 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 of 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. Other
means may include the diversion of driveway traffic, with
specific approval by the Engineer. If di version of traffic is
approved by the Engineer, the Contractor shall make arrangements
satisfactory to the Engineer for the diversion of traffic and
shall, at his own expense, provide all materials and perf o rm all
work necessary for the construction and maintenance of roadway s
and bridges for such diversion of traffic. Sidewalks must not
be obstructed except by special permission of the Engineer.
C6-6 (2)
The materials excavated and the construction materials, such as
pipe, used in the construction of the work shall be placed so as
not to endanger the work or prevent free access to all fire
hydr.ants, 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 in
reference to public convenience and safety which may come to 1cs
attention, after twenty-four (24) 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 done or materials furnished by the Owner
or by the City shall be deducted from 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 again 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.
The Contractor shall at all times conduct his operation and the
use of construction machinery so as not to damage or destroy
trees and shrubs 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
C6-6 (3)
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 stacked in such a way that does not interfere
with the use of spaces that may be designated to be left free
and unobstructed, or inconvenience occupants of adjacent
property. If the street is occupied by railway 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
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 railway, the City will secure the necessary
easement for the work. Where the railway tracks are to be
crossed, the Contractor shall observe all the regulations and
instructions of the railway company regarding the methods o f
performing the work and take all precautions for safety of
property and the public . Negotiations with the railway
companies for 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 intention to begin work on that
portion of the project which is related to the railway
properties. The Contractor will not be given extra or
additional 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, and
shall provide such watchmen, 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. Fro m
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, and vehicles from being driven on or
into, any work under construction or being maintained. The
Contractor shall furnish watchmen and keep them at their
respe c tive assignments in sufficient numbers t o protect the wo r k
and p r event a cc i dent o r damage.
C6-6 (4)
All installations and procedures shall be consistent with the
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, Vernon's Civil
Statutes, pertinent sections being Section Nos. 27, 29, 30 and
31.
The Contractor will not remove any regulatory sign,
instructional sign, street name sign, or other sign, which has
been erected by the City. If it is determined that a sign must
be removed to permit required construction, the Contractor shall
contact the Transportation and Public Works Department, Signs
and Markings Division (phone number 870-8075), 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.
The Contractor will be held responsible for all damage to the
work or the public due to failure of barricades, signs, fences,
lights, or watchmen to protect them. Whenever evidence is found
of such damage to the work, the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at
the Contractor's own expense. The Contractor's responsibility
for the maintenance of barricades, signs, fences and lights, and
for providing watchmen shall not cease until the project shall
have been completed and accepted by the Owner.
No compensation, except as specifically provided in these
Contract Documents, will be paid to the Contractor for the work
and materials involved in the constructing, providing, and
maintaining of barricades, signs, fences, and lights or for
salaries of watchmen, for the subsequent removal and dispo$al of
such barricades, signs, or for any other incidentals necessary
for the proper protection, safety, and convenience of the public
C6-6 (5)
during the contract period,
subsidiary to the several
prices are requested in the
as this
items for
Proposal.
work is considered to be
which unit or lump sum
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 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 (24) hours in advance of the use of
any activity which might damage or endanger property along or
adjacent to the work.
Where the use of explosives is to be permitted on the project as
specified in the Special Contract Documents, or the use of
explosives is requested, the Contractor shall submit notice to
the Engineer in writing twenty-four (24) 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.
All claims arising out of the use of explosives shall be
investigated and a written report made by the Contractor's
insurers to the Engineer within ten (10) days after receipt of
written notice of the claim to the Contractor from either the
City or the claimant. The city shall proceed to give notice to
the Contractor of any such claim. The use of explosives may be
suspended by the Engineer if any complaint is received and such
use shall not be resumed until the cause of the complaint has
been addressed.
Whenever explosives are stored or kept, they shall be stored in
a safe and secure manner and all storage places shall be plainly
marked "DANGEROUS EXPLOSIVES" and shall be under the care of a
competent watchman at all times. All vehicles in which
explosives are being transported shall be plainly marked as
mentioned above and shall, insofar as possible, not use heavy
traffic routes.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over,
through, or into private property, the Owner will provide such
right-of-way or easement privileges as the City may deem
necessary for the prosecution of the work. Any additional
rights-of-way or work area considered necessary by the
Contractor shall be provided by him at his own expense. Such
C6-6 (6)
additional rights-of-way or work area shall be acquired for the
benefit of the City. The City shall be notified in writing of
the rights so acquired before work begins in the affected area.
The Contractor shall not enter upon private property for any
pu.rpose 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 t o prevent damage to all trees, shrubbery, plants,
lawns, fences, culverts, curbing and all other types of
structures or improvements, and 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 along adjacent to the work.
The Contractor shall notify the proper representatives of owners
or occupants of public or private lands or 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 damage 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 the non-execution thereof on the part of the
Contractor, he shall restore or have restored at his own 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 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.
C6-6 (7)
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 braced posts on either side of
permanent easement before the fence is cut. Should additional
fence cuts be necessary, the Contractor shall provide cross
braced posts at 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 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, rebuilt 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 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 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 the exclusive right to
control the details of all the work and services performed
hereunder, and all persons performing same, and shall be solely
responsible for the acts and omissions of its officers, agents,
~ervants, employees , contractors, subcontractors, licensees
invitees . The doctrine of respondent superior shall not apply
as between Owner and Contractor, its officers, agents,
employees, contractors and subcontractors, and nothing herein
shall be construed as creating a partnership or joint enterprise
between Owner and Contractor.
C6-6 (8)
C6 -6.12 CONTRACTOR 'S RESPONSIB ILITY FO R DAMAGE CLAI MS :
Co nt rac t o r c ovenant s a n d ag re es t o indemni fy Ci t y's engineer and
architect, and t he i r personnel at t h e proj ect site f o r
Contrac t or 's sol e negl i genc e. In add i t i on , Co ntra c t o r coven a n t s
and agree s t o i n demn i fy, hold harmless and de fe n d , at i ts ow n
expens e, the Owne r, i ts o ffi cers , serva n ts and empl oye e s , fr om
and agains t any and all claims or suits for p r o p e r ty lo s s,
prop e r t y d am ag e , pe r son al i nj ury, inclu d i ng death , arising out
of, or all eged to ari se out of, the work and s ervi c es t o b e
performed hereunder by Contractor, its o f f ice rs, agents,
employees , subcont rac t ors, li censees or inv i t ees , whether or not
any such injury, damage o r death is caused, in who1e or in part ,
by the neg1igence or a11eged neg1igence of Owner, its officers ,
servants , or emp1oyees . Contractor likewis e covenants and
agrees t o i n demnify and hold harml ess t h e Own er f rom and agains t
any and al l injuries to Owner's of f icers, servant s a n d employees
and any damage, loss or destruction to property of the Owner
ar ising from the perf o rmanc e of a n y of t he t erms a nd conditi o ns
of this Co nt ract, whether or not any such injury or damage is
caused in who1e or in part by the neg1igence or a11eged
neg1igence of Owner, its officers , servants or emp1oyees .
In the event Owner receives a written claim for damages against
the Contractor o r i t s subcontractors prior to f i nal payment,
fina l payment shall not be made unti l Cont rac t o r e i ther (a)
submi ts to Owner sati s factory evidence t h at t he claim has been
sett led and/or a rel e ase from the claimant i nvo l ved, or (b)
provi des Owner with a letter from Contra c t or's l iabi l ity
insurance carrier that the claim has been referred to the
insurance carrier.
The Director may, if he deems it appropriate, re f us e to accep t
bids on other City of Fort Worth public work from a Contractor
aga i nst whom a claim for damages is outstandi ng as a resu l t o f
work performed under a City Contract .
C6-6 .1 3 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor
claim compensation for any alleged damage by reason of the acts
or omissions of the Owner, he shall within three days after the
actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of
the alleged damage, and on or before the 25 th day of the month
succeeding that in which any such damage is claimed to have been
sustained, the Contractor shall file with the Engineer an
itemized statement of the details and amount of such alleged
C6 -6 (9)
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 herein
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
their 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
shal l , 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 diversions .
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.
C6-6.16 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.
C6-6 (10)
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
hydrants and/or valves is detailed in Section E2-l.2 USE OF FIRE
HYDRANTS AND VALVES in these General Contract Documents .
When meters are used to measure the water, the charges, if any,
for water will be 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 ordinance applies, payment shall be
made on estimates and rates established by the Director of the
Fort Worth Water Department.
C6-6 .17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, in
the opinion of the Engineer, any section or portion of the work
or any structure is in suitable condition, it may be put into
use upon the written order 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 to deficient
operations on the part of the Contractor, shall be preformed by
the Contractor at his own expense.
C6-6 .1 8 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 of non-execution 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 causes herein.
C6 -6 .19 NO WAIVER OF LEGAL RIGHTS: Inspection by the engineer
or any order by the Owner by payment of money or any payment for
or acceptance of any work, or any extension of time, or any
possession taken by the City shall not operate as a waiver of
any provision of the Contract Documents. Any waiver of any
breach or Contract shall not be held to be a waiver of any other
or subsequent breach.
C6-6 (11)
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.
C6-6.20 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 representatives of the Owner,
either personally or otherwise 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, an organization which qualifies for exemption
pursuant to 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 by the
Contractor in lieu of the tax shall be subject to and shall
comply with the provisions of State Comptroller's Ruling . 011,
and any other applicable State Comptro ller 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-owned 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 to 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.
Limited Sale, Excise and Use Tax permits and information can be
obtained from:
Comptroller of Public Accounts
Sale Tax Division
Capitol Station
Austin, TX
C6-6 (12)
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 superintendence, work of a value of not less than
fifty (50%) percent of the value embraced in 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 to the same requirements regarding 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 representative.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign,
transfer, sublet, convey, 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 o f 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 state, 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 operation, 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
C7 -7 (1)
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 also 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.
The sequence requested of all construction operations shall be
at all times as specified in the Special Contract Documents.
Any deviation from such sequencing shall be submitted to the
Engineer for his approval. Contractor shall not proceed with
any deviation until he has received written approval from the
Engineer. Such specification or approval by the Engineer shall
not relieve the Contractor from the full responsibility of the
complete performance of the Contract.
The contract time may be changed only as set forth in Section
C7-7.8 "Extension of Time of Completion" of this Agreement, and
a progress schedule shall not constitute a change in the
contract time.
C7-7.4 LIMITATIONS OF OPERATIONS: The working operations shall
at all times be conducted by the Contractor to create a minimum
amount of inconvenience to the public. At any time when, in the
judgment of the Engineer, the Contractor has obstructed or
closed or is carrying on operations in a portion of a street or
public way greater than is necessary for the proper execution of
the work, the Engineer may require the Contractor to finish the
section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OR WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may
bring in from outside the City of Fort Worth his key men and his
superintendent. All other workmen, including equipment
operators, may be imported only after the local supply is
exhausted. The Contractor shall employ only such
superintendents, foremen, and workmen who are careful,
competent, and fully qualified to perform the duties or tasks
assigned to them, and the Engineer may demand and secure the
C7-7 (2)
summary dismissal of any person or persons employed by the
Contractor in or about or on the work who, in the opinion of the
Owner, shall misconduct himself or be found to be incompetent,
disrespectful, intemperate, dishonest, or otherwise
objectionable or neglectful in the proper performance of his or
their duties, or who neglects or refuses to comply with or carry
out the directions of the Owner, and such person or persons
shall not be employed again thereon without written consent of
the Engineer.
All workmen shall have sufficient skill, ability, and experience
to properly perform the work assigned to them and operate any
equipment necessary to properly carry out the performance of the
assigned duties.
The Contractor shall furnish and maintain on the work all such
equipment as is considered to be necessary for prosecution of
the work in an acceptable manner and at a satisfactory rate of
progress. All equipment, tools, and machinery used for handling
materials and executing any part of the work shall be subject to
the approval of the Engineer and shall be maintained in a
satisfactory, safe and efficient working condition. Equipment
on any portion of the work shall be such that no injury to the
work, workmen or adjacent property will result from its use.
C7-7. 6 WORK SCHEDULE: Elapsed working days shall be computed
starting with the first day of work completed as defined in Cl-
1. 23 "WORKING DAY" 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
than the Thursday preceding.
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
C7-7 (3)
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 by the Owner.
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 i n writing to
the Engineer within seven days from and after the time alleged
cause of delay shall have 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 unforeseeable causes bey ond the
control of and without the fault or negligence of the
Contractor, including but limited to acts of the public enemy,
acts of the Owner, fire, flood, tornadoes, epidemics, quarantine
restrictions, strikes, freight embargoes , or delay s of sub-
contractors due to such causes.
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 b y the Eng ineer indi c ates that
the contractor has made a bona fide 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.
C7-7 (4)
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 may 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 Enginee·r and if by him found
correct, shall be approved and referred by him to the Council
for final approval or disapproval; and the action thereon by the
Council shall be final and binding. If delay is caused by
specific orders given by the Engineers 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 which shall,
however, be subject to the approval of the City Council; and no
such extension of time shall release the Contractor or the
surety on his performance bond from all his obligations
hereunder which shall remain in full force until the discharge
of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an
essential element of the contract. Each bidder shall indicate
in the appropriate place on the last page of the Proposal the
number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be
specified by the City in the Proposal section of the contract
documents.
The number of days indicated shall be a realistic estimate of
the time required to complete the work covered by the specific
contract being bid upon. The amount of time so stated by the
successful bidder or the City will become the time of completion
specified in the Contract Documents.
For each calendar day that any work shall
after the time specified in the Contract
increased time granted by the Owner, or
increased by additional work or materials
contract is signed, the sum per day given
C7-7 (5)
remain uncompleted
Documents, or the
as automatically
ordered after the
in the following
I
schedul e, unless otherwise specified in other parts of the
Cont ract Documents, wi l l be deducted from monies due the
Co ntractor, not as a pena lty , b u t as liqu i dated damages suffered
by the Owner.
AMOUNT OF CONTRACT LIQUIDATED
DAMAGES
Le s s than $5,000 $35.00
$5,001 t o 1 5,000 45.00
5,00 1 to 2 5 ,000 63.00
2 5 ,001 to 50,000 105 .00
50,00 1 to 100,000 154 .00
1 00,00 1 to 500,000 210.00
500,001 to 1,000,000 315 .00
1,000 ,001 to 2,000,000 420.00
2,000 ,001 and over 630.00
The parties hereto understand and agree that any harm to the
City caused by the Contractor 's delay in completing the work
he r eunder in the time specified by the Contract Documents would
be i mpossible or very d i fficu l t to accurat ely es t imate, and t hat
the "Amount of Liquidated Damages Per Day", as set o ut above, is
a reasonable fore c ast of just compensation due the City f o r harm
caused by any delay.
C7-7 .l l SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or part s of the work ordered by any
Court , and will not be entitled t o additional compensation by
virtue of such Court Order. Neither will he be liable to the
Ci t y in the event the work is suspended by a Court Order .
Neither will the Owner be liab l e t o t he Contractor by virtue of
any Court Order or ac ti on for whi ch the Owner is not solely
responsible.
C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to
suspend the work operation wholly or in part for such period or
periods of time as he may deem necessary due to unsuitable
weather conditions or any other unfavorable 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 work covered b y
this contract , for any reason, the Owner will make no extra
payment for stand -by time of construction equipment and /or
construction crews.
C7-7 (6)
If it should become necessary to suspend work for an indefinite
period, the Contractor shall store all materials in such manner
that they will not obstruct or impede the public unnecessarily
nor become damaged in any way, and he shall take every
precaution to prevent damage or deterioration of the work
performed; he shall provide suitable drainage about the work,
and erect temporary structures where necessary.
Should the Contractor not be able to complete a portion of the
project due to causes beyond the control of and without the
fault or negligence of, the Contractor as set forth in Paragraph
C7 -7. 8 EXTENSION OF THE TIME OF COMPLETION, and should it be
determined by mutual consent of the Contractor and the Engineer
that a solution to allow construction to proceed is not
available within a ieasonable 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 investigation, the
Owner finds that such conditions exist 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, then if the
Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials
and equipment within thi r t y day s, the Co ntractor ma y request the
C7-7 (7)
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 no
anticipated profits on work which has not been performed.
C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT OF
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
cancelled 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
operations by Contractor is
the work within the specified
progress of
insufficient
time.
the work
to complete
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 to promptly 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.
C7-7 (8)
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 .
i. 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
fail to carry on
acceptable manner .
shall,
the
for any
working
cause whatsoever,
operation in an
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
cancelled, 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 the 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
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 .
In case the Sureties do not, within the specified time, exercise
their right and option to assume the contract responsibilities,
or that portion thereof which the Owner has ordered the
C7-7 (9)
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 part 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 Contractor, 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 wo r k
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 a manner that does not hinder or
interfere with performance of the work by the Owner.
C7-7.15 FULFILLMENT OF CONTRACT: The Contract will be
considered as having been fulfilled, save as provided in any
bond or bonds or by law, when all the work and all sections or
parts of the project covered by the Contract Documents have been
finished and completed, the final inspection made by the
Engineer, and the final acceptance and final payment made by the
Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER :
A. NOTICE OF TERMINATION: 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. Any . such terminati o n shall be affected b y
C7-7(10)
mailing a notice of 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 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 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
work terminated by the not5ice of termination;
4. Transfer title t o the Owner and deliver in the
manner, at the times, and to the extent, if any,
directed by the Engineer:
a.
b.
the fabricated or unfabricated
in process, completed work,
other material produced as
acquired in connection with
parts, work
supplies and
a part of, or
the performance
the notice of of, the work terminated by
termination; and
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 part of the work as
shall not have been terminated by the notice of
termination; and
C7-7 (11 )
6. Take such action as may be necessary, or as
Engineer may direct, for the protection
preservation of the property related to
contract which is in the possession of
contractor and in which the Owner has or
acquire the rest .
the
and
its
the
may
C. TERMINATION CLAIM: Within 60 days after notice of
termination, the Contractor shall submit his
termination claim to the Engineer in the form and with
the certification prescribed by the Engineer. Unless
one or more extensions in writing are granted by the
Owner upon request of the Contractor, made in writing
within such 60-day period or authorized extension
thereof, any and all such claims shall be conclusively
deemed waived.
D. AMOUNTS: Subject to the provisions of Item C7-7 .16
(C), the Contractor and 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 work pursuant hereto; provided, that
such agreed amount or amounts shall never e x ceed the
total contract price as reduced by the amount of
payments otherwise made and as further reduced by the
contract price of 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
E.
Contractor in the event of failure of the
Contractor by reason of the termination of work
pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount
or amounts which may be agreed upon to be paid to the
Contractor pursuant to this paragraph.
FAILURE TO AGREE: In the event of the failure of the
Contractor and the Owner to agree as prov ided in C7 -
7 . 16 (D) upon the whole amount to be paid to the
Contractor by reason of the termination of work
pursuant to this sectio n 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 am o unt shall be due for lost
o r a n ti c ipa t ed pro fi t s.
C7-7 (12)
F. DEDUCTIONS: In arriving at the amount due the
contractor under this section, there shall be deducted
(a) all unliquidated advance or other payments on
account theretofore made to the Contractor, applicable
to the terminated portion of this contract; (b) any
claim which the Owner may have against the Contractor
in connection with this contract; and (c) the agreed
price for, or the proceeds of 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 the notice of
termination), such equitable adjustment as may be
agreed upon shall be made in such price or prices;
nothing contained herein, however, shall limit the
right of the Owner and the contractor to agree upon
the amount or amounts to be paid to the 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: Nothing 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 Amendment of Contract" or any other right
which Owner may have for default or breach of contract
by Contractor.
C7-7 .1 7 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 to protect person and property from
injury, including death, or damage in connection with the work.
C7-7 (13 )
PART C-GENERAL CONDITIONS
ca-a MEASUREMENT AND PAYMENT
SECTION ca-a MEASUREMENT AND PAYMENT
SECTION CS-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 items
installed.
CS-8 . 2 UNIT PRICES: When in the Proposal a "Unit Price" is set
f orth, 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 complet i on 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, finished overhead expense, bond, insurance, patent
fees, royal ties, risk due to the elements and other causes,
delays, profits, injuries, damages claims, taxes, and all other
items not specifically menti oned that may be required to fully
const ruct each i tern of the work complete in place and in a
satisfactory condition for operation.
CS-8 . 3 LUMP SUM: When in the Propo sal 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.
CS-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 l oss and damage arising out of the
nature of the work or from the action of the elements, for any
C8-8 (1)
unforeseen defects or obstructions 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 expense
incurred by or in consequence of suspension or discontinuance of
such prosecution of the working operations as herein specified,
or any and all infringements of patents, trademarks, copyrigncs,
or other legal reservations,
acceptable manner according
Documents.
and for completing the work in an
to the terms of the Contract
The payment of any current or partial estimate prior to 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, imperfection,
or damage shall have been discovered on or before the final
inspection and acceptance of work or during the one year
guaranty period after 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 1 s t and 5 th
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 10 th day of the month,
the Engineer shall verify such estimate, and if it is found to
be acceptable and the value of work performed since the last
partial payment was made exceeds one hundred dollars ($100.00)
in amount, 90% of such estimated sum will be paid to the
Contractor if the total contract amount is less than $400,000,
or 95% of such estimated sum will be paid to the Contractor if
the total contract amount is $400,000 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 estimate 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
C8-8 (2)
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 the partial estimate from month to month
will be approximate only, and 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
quality 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.
CB-8. 6 WITHHOLDING PAYMENT: Payment on any estimate or
estimates may be held in abeyance if the performance of the
construction operations is not in acc o rdance with the
requirements of the Contract Documents .
CB-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for
by the Contract Documents have been completed and all
requirements of the Contract Documents have been fulfilled on
the part of the Contractor, the Co ntract o r shall notify the
Engineer in writing that the improvements are ready for the
final inspection. The Engineer shall notify the appropriate
officials of the Owner, who will within a reasonable time make
such final inspection, and if the work is satisfactory, in an
acceptable condition, and has been completed in accordance with
the terms of the Contract Documents and all approved
modifications thereof, the Engineer will initiate the processing
of the final estimate and recommend final acceptance of the
project and final payment therefor as outlined in CB-8.8 below.
CB-8. 8 FINAL PAYMENT: Whenever all the improvements provided
for by ·the Contract Documents and all approved modifications
thereof shall have been completed and all requirements of the
Contract Documents have been fulfilled o n the part of the
Co ntract o r, a final estimate showing the value o f the work will
be prepared b y the Engineer as s oon a s the necessary
measurements , computa t ions, and checks can be made.
C8-8 (3)
All prior estimates upon which payment has been made are subject
to necessary corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any
sums that have been deducted or retained under the provisions of
the Contract Documents, will be paid to the Contractor within 60
days after final acceptance by cne Owner on a proper resolucion
of the City Council, provided the Contractor has furnished to
the Owner satisfactory evidence of payment as follows: Prior to
submission of the final 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 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 last or final payment as
aforesaid shall operate as and shall release the Owner from all
claims or liabilities under the Contract for anything done or
furnished or relating to the work under Contract Documents or
any act or neglect of said City relating to or connected with
the Contract.
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 shaJ.l 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 thereto
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 said requirements of the Contract Documents,
approved modifications thereof, and all approved additions and
alterations thereto.
CS-8 (4)
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 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 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 : Con tractor shal 1 keep on record a
copy of all specifications, plans, addenda, modifications, shop
drawings and samples at the site, in good order and annotated to
show all changes made during the construction process. These
shall be delivered to Engineer upon completion of the work.
71
-
-
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
B. C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
C .
D.
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the net
voice value thereof. The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate.
For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent
(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
Part C -General Conditions: Paragraph C3-3 .11 of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
C3-3.11 INSURANCE: Page C3-3 (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:
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.
G . C3-3.11 IN SURANCE : P age C3 -3 (7): Add subparagraph "h . ADDITIONAL
Revised
10/24/02
Pg . 2
-
INSURANCE REQUIREMENTS"
a. The City, its officers, employees arid 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.
£ Deductible limits, or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance .
j. Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg. 3
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
H. C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8 -8(1) is
deleted in its entirety and replaced with the following:
The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools, materials, and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, ( except as provided in paragraph 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.
I. C8-8.10 GENERAL GUARANTY: Delete C8-8.10 , General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the following:
Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or responsibility for faulty materials or workmanship . The Contractor shall
remedy any defects or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of final
acceptance of the work 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 performanc e of the general guaranty as abov e outlined. The Owner will gi ve notice of observed
defects wit h 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 deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project as
designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas
76102.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened.
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further, that the City
Manager is satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight ( 48) hours after the proposal
opening time, no further consideration will be given to the proposal
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 page
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 as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6. l O work
within easements, page C6-6(4), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe .
N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
I. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
0. MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE :
Reference Part C (General Conditions), Section C3-3 .2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
deleted in its entirety and replaced with the following:
Upon request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books, records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE. The
misrepresentation of facts (other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal, state or local laws or ordinances relating
to false statements; further, any such misrepresentation ( other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years.
Revised
10/24/02
Pg. 7
P. WAGE RATES: Section C3-3 .13 of the General Conditions is deleted and replaced with
the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code, including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,
Texas Government Code. Such prevailing wage rates are included in these contract
documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to .
Audit (Rev. 9/30/02) pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
( d) With each partial payment estimate or payroll period, whichever is less, an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Revised
10/24/02
Pg. 8
-
-
�
�
�
�
�
�
�
�
�
i�
��
�
�
PART D -SPECIAL CONDITIONS
D-1 GENERAL ............................................................................................................................ 3
D-2 COORDINATION MEETING ................................................................................................ 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7
D-5 CROSSING OF EXISTING UTILITIES ................................................................................ 7
D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8
D-8 TRAFFIC CONTR_OL ........................................................................................................... 9
D-9 DETOURS ......................................................................................................................... 10
D-10 EXAMINATION OF SITE ............................................................................................... 10
D-11 ZONING COMPLIANCE ................................................................................................ 10
D-12 WATER FOR CONSTRUCTION .................................................................................... 10
D-13 WASTE MA TERI AL ....................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11
D-16 BID QUANTITIES .......................................................................................................... 11
D-17 CUTTING OF CONCRETE ............................................................................................ 11
D-18 PROJECT DESIGNATION SIGN ................................................................................... 11
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12
D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12
D-22 2:27 CONCRETE ........................................................................................................... 13
D-23 TRENCH EXCAVATION , BACKFILL , AND COMPACTION ........................................... 13
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15
D-26 SANITARY SEWER MANHOLES .................................................................................. 16
D-27 SANITARY SEWER SERVICES .................................................................................... 19
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20
D-29 DETECTABLE WARNING TAPES ................................................................................. 23
D-30 PIPE CLEANING ........................................................................................................... 23
D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23
D-32 MECHANICS AND MATERIALMEN'S LIEN ................................................................... 23
D-33 SUBSTITUTIONS .......................................................................................................... 23
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER .............. 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27
D-36 BYPASS PUMPING ....................................................................................................... 28
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28
D-38 SAMPLES AND QUALITY CONTROL TESTING ........................................................... 30
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32
D-41 PROTECTION OF TREES , PLANTS AND SOIL ........................................................... 32
D-42 SITE RESTORATION .................................................................................................... 32
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33
D-44 TOPSOIL , SODDING , SEEDING & HYDROMULCHING ............................................... 33
D-45 CONFINED SPACE ENTRY PROGRAM ....................................................................... 38
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39
D-47 EXCAVATION NEAR TREES (WHERE ID EN TI FIED ON THE PLANS) ........................ 39
D-48 CONCRETE ENCASEMENT OF SEWER PIPE ........................................................... .40
D-49 CLAY DAM .............................................................. '. ...................................................... 40
02/09/2010 SC-1
PART D -SPECIAL CONDITIONS
D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................. .40
D-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40
51.1 Polyvinyl Chloride (PVC) Water Pipe ........................................................................... 40
51 .2 Blocking ....................................................................................................................... 41
51.3 Type of Casing Pipe ..................................................................................................... 41
51.4 Tie-lns .......................................................................................................................... 41
51 .5 Connection of Existing Mains ...................................................................................... .41
51 .6 Valve Cut-Ins .............................................................................................................. .42
51 . 7 Water Services ............................................................................................................ 42
51 .8 2-lnch Temporary Service Line ................................................................................... .44
51.9 Purging and Sterilization of Water Lines ...................................................................... 45
51.10 Work Near Pressure Plane Boundaries ...................................................................... .45
51.11 Water Sample Station .................................................................................................. 46
51.12 Ductile Iron and Gray Iron Fittings ............................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL ........................................................................... .47
D-53 DEWATERING .............................................................................................................. 47
D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47
D-55 TREE PRUNING ............................................................................................................ 47
D-56 TREE REMOVAL ........................................................................................................... 48
D-57 TEST HOLES ................................................................................................................ 48
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ......................................................................................................................... 49
D-59 TRAFFIC BUTTONS ...................................................................................................... 49
D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50
D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50
D-62 CONSTRUCTION STAKES ........................................................................................... 50
D-63 EASEMENTS AND PERMITS ........................................................................................ 50
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51
D-65 WAGE RATES .............................................................................................................. 51
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT. PIPE ...................................... 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 53
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ...................................................................................................... 55
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56
0-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56
D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57
D-72 FEE FOR STREET USE PERMITS AND RE -IN SPECTIONS ............................................ 57
02/09/2010 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: HICKS INDUSTRIAL PARK SEWER IMPROVEMENTS
FORT WORTH, TEXAS
CITY PROJECT NO. 5580
WATER DEPARTMENT PROJECTS NO. P275-707170036783
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,
follow the guidelines listed below:
1. Plans
2. Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers
name, or identification include therein as specifying, referring or implying product control,
performance, quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore, work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work.
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
02/09/2010 SC-3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIF ICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building , Fort Worth,
Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security , to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place. The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division , PO Box 17027 , Fort Worth , Texas 76102.
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals. A request for non-consideration of a
proposal must be made in writing , addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals. After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may , at the option of the Owner, be returned unopened .
C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by
telegraphic communication at any t ime prior to the t ime set for opening proposals , provided
such telegraphic communication is received by the Purchasing Manager prior to the said
propqsal opening time , and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmat ion of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time. If such confirmation is not received
with in forty-eight (48) hours after t he proposal opening time , no further consideration will be
given to the proposal.
02/09/2010 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
02/09/2010 SC-5
PART D -SPECIAL CONDITIONS
2 . No later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage , if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F . The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known , of any change
that materially affects the provision of coverage of any person providing services on the
project.
H. The contractor shall post on each project site a notice, in the text, form and manner prescribed
by the Texas Worker's Compensation Commission , informing all persons providing services on
the project that they are required to be covered , and stating how a person may verify coverage
and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code, Section 401 .011 (44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person
providing services on the project , for the duration of the project;
3 . Provide the Contractor, prior to the end of the coverage period , a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project ;
4. Obtain from each other person with whom it contracts, and provide to the Contractor:
a.) A certificate of coverage , prior to the other person beginning work on the project ; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period , if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writing by cert ified mail or personal delivery, within ten
(10) days after the person knew or should have known , of any change that materially
affects the provision of cove rage of any person providing services on the project; and
02/09/2010 SC-6
PART D -SPECIAL CONDITIONS
7. Contractually require each person with whom it contracts, to perform as required by
paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
8. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other
civil actions.
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J. The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules. This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population. The text for the notices
shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance . This includes
persons providing, hauling, or delivering equipment or materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate, for a period of time,
existing lines . The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines.
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
02/09/2010 SC-7
PART D -SPECIAL CONDITIONS
constructed of ductile iron pipe . The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill,
fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the
cost of which shall be included in the price bid in the Proposal for each bid item.
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or
to show them in their exact location. It is mutually agreed that such failure shall not be considered
sufficient basis for claims for additional compensation for extra work or for increasing the pay
quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines, or other property exposed by his construction operations. Contractor shall make all
necessary provisions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles, gas lines , telephone cables, utility
services , water mains, sanitary sewer lines, electrical cables, drainage pipes, and all other utilities
and structures both above and below ground during construction. It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction. The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL
BE ALLOWED .
Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction, or
better, unless otherwise shown or noted on the plans , at his own cost and expense. The
Contractor shall immediately notify the Owner of the damaged utility or service line. He shall
cooperate with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent , location, and depth; they are shown on the
plans as the best information available at the time of design, from the owners of the utilities
involved and from evidences found on the ground.
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certa in constru ct ion vehicles cou ld exceed the load bearing ca pac ity of t he pipe
under shallow bury conditions . It will be the respons ibility 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 Professional Engineer (P.E.) in
the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the
preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic
reroute configurations posted as ''Typicals " on the City 's Buzzsaw website . Although work will not
begin until the traffic control plan has been reviewed and approved , the Contractor's time will 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 Construction and Maintenance Work Areas."
The lump sum pay item for traffic control shall cover design and / or installation, and maintenance
of the traffic control plan .
02/09/2010 SC-9
PART D -SPECIAL CONDITIONS
0-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area.
0-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions , which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
0-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
0-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
0-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed.
No more than seven days shall elapse after completion of construction before the roadway, right-
02109/2010 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. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance. The City of Fort Worth shall give final acceptance of the
completed project work.
D-15 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 .
D-18 PROJECT DESIGNATION SIGN
02/09/2 010 SC-11
PART D -SPECIAL CONDITIONS
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 subsid iary cost of the project and no additional
compensation will be allowed .
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where mains are required to be placed under existing sidewalks and/or
driveways , such sidewalks and/or driveways shall be completely replaced for the full existing width,
between existing construction or expansion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction , Item 504.
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction, Item 502 .
Payment for cutting, backfill, concrete , forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair.
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL
Material has been allocated under various bid items in t he Proposal to establish unit prices for
m iscellaneous 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 Genera l 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 mate ri al shall conform to Public Works Standard Specificat ions
for Street and Sto rm Drain Construct ion Div ision 2 Item 208 .2 -Mate rials and Divis ion 2 Item
208.3 ~ Mate ri als Sources . Tre nch bac kfill an d comp actio n sha ll meet t he require ments of E2-2
Excavatio n and Backfill, Construction Spec ifi cat ions , Ge nera l Contract Docume nts.
02/09/2010 SC-12
-
PART D -SPECIAL CONDITIONS
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.
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within
easements, and within existing or future R.O.W. shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein.
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be
required to support the pipe with an improved trench bottom. The expense of such remedial
measures shall be entirely the Contractor's own . All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements, and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2 . TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth of
the various test holes. If excavated material is obviously granular in nature , containing little or no
plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D"
Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material
is not suitable, 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:
02/09/2010 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P.l.=10orless
Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same.
3 . TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S.T.M. 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 "B" backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe.
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness , etc., to existing pavement as
detailed in the Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts , Figures STR-028 through STR-031.
The results of the street cores that were conducted on the project streets, to determine HMAC
depths on existing streets , are provided in these specifications and contract documents .
0210912010 SC-14
PART D -SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface . This finished grade shall be
maintained in a serviceable condition until the paving has been replaced. All residential driveways
shall be accessible at night and over weekends.
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width.
Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line.
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving. If paving conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at the earliest possible date.
A permit must be obtained from the Construction Services Section by the Contractor in
conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction. This permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section .
0-25 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.
B. STANDARDS: The latest version of the U.S . Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing 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.
02/09/2010 SC-15
PART D -SPECIAL CONDITIONS
3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation .
4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or
"trench shields". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure. Shields can be permanent structures
or can be designed to be portable and move along as the work progresses. Shields can be
either pre-manufactured or job-built in accordance with OSHA standards .
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins. Shoring systems are generally comprised of cross-braces, vertical rails, (uprights),
horizontal rails (wales) and/or sheeting.
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation. The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools,
materials, equipment and incidentals necessary for the installation and removal of trench
safety systems .
D-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 addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc.,
and E2-14 Vault and Manhole Construction of the General Contract Documents and
Specifications, unless amended or superseded by requirements of this Special Condition. For
new sewer line installations , the Contractor shall temporarily plug all lines at every open
manhole under construction in order to keep debris out of the dry sewer lines. The plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction.
1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per
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 ) fee t each direct ion to existing finish grade of the ground. The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded nea r the manhole .
02/09/2010 SC-16
-
PART D -SPECIAL CONDITIONS
Manholes in open fields, unimproved land , or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade .
5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be PAMREX, or approved equal, with 30-inch clear opening . Covers shall
set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the
frame and cover. Bearing surfaces shall be machine fin ished. Locking manhole lids and
frames will be restricted to locations within the 100-year floodplain and areas specifically
designated on the plans .
6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole
depth is four (4) feet or less . All shallow cone manholes 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 sea ler 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 JO INT SEALANT: Each grade adj ustment 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
t he protective wrapper, the j oint sealant shall be kept clean . Install frames and cover over
manhole open ing wi th the bottom of the ri ngs resting on Bitum ast ic joint seale r. Frames
a nd grade rin gs s hall re st on two (2) rows (in s id e and outside) of Bitum as tic j oint sea ler.
02/09/2 010 SC -17
PART D -SPECIAL CONDITIONS
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES: Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings . Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced . Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings, or where necessary and approved by the Engineer , shall be
replaced with a pre-cast flattop section . Pre-cast concrete rings , or a pre-cast concrete
flattop section will be the only adjustments allowed.
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame. If the walls or cone section below this level are structurally unsound ,
notify the Engineer prior to replacement of the grade rings and manhole frame. Existing
brickwork , if damaged by the Contractor, shall be replaced at the Contractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris.
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames , a flat top section shall be installed .
Joint surfaces between the frames , adjustment rings , and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint , or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole . No steel shims , wood , stones , or any material not specifically
accepted by the Engineer may be used to 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 Serv ice 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 jo ints shall be thoroughly cleaned with a wire
brush and then waterproofed w ith a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the jo int. The coated joint shall then be wrapped
with 6 m il plastic to protect the sealant from damage during backfilling .
C. MEASUREMENT AND PAYMENT: The price bid for ne w manho le installations shall include all
labor, eq uipme nt , a nd materials necessa ry fo r construct ion of the man hole includ ing , but not
limited to , joint sea lin g , li ft hol e sea li ng an d exte ri or su rface coa ti ng . Pa ym e nt s hall not include
pavement rep laceme nt , wh ich if requ ired , s hall be pa id separately .
02/09/2010 SC-18
PART D -SPECIAL CONDITIONS
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole, including, but not limited to, excavation,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating.
Payment shall not include pavement replacement, which if required, shall be paid separately.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole, including but not
limited to, joint sealing, lift hole sealing, and exterior surface coating.
Payment for concrete collars will be made per each. Payment for manhole inserts will be
made per each.
D-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-routing, whether on public
or private property , the City shall provide line and grade for the sewer service lines as shown
on the project plans . Prior to installing the applicable sewer main or lateral and the necessary
service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations
02/09/2010 SC-19
PART D -SPECIAL CONDITIONS
(shown on the plans) at the building clean-out and compare the data with the elevation at the
proposed connection point on the sewer main, in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also
be verified at all bend locations on the service re-route . All applicable sewer mains, laterals
and affected service lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied . If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentat ion verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any
sewer service for which no grade verification has been submitted. All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense. The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code . Connection to the existing sewer service line shall
be made with appropriate adapter fittings . The fitting shall be a urethane or neoprene coupling
A.S.T.M . C-425 with series 300 stainless steel compression straps . The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line .
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property . Furthermore , the contractor shall utilize the services of
a licensed plumber for all service line work on private property. Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route.
Payment for work and materials such as backfill , removal of existing clean-outs , plugging the
abandoned sewer service line , double checking the grade of the installed service line , pipe
fittings , surface restorat ion on private property (to match ex isting), 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 involv ing the "tap " shall be included in the price bid for
sanitary sewer serv ice t aps .
0-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on t he plans , and/or described in these Spec ial 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
Docume nts and Sp ecificat ions, unl ess amen d ed or su pe rseded by requi remen t s of thi s Spec ial
Co ndition .
02/09/2 010 SC-20
PART D -SPECIAL CONDITIONS
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1.5 Salvaging of Materials.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade .
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade.
C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials . The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade. If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade .
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade.
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade.
G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall
be removed to the top of the full barrel diameter section , or to point not less than 18 inches
below final grade . The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean
washed sand of clean, suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding serv ice surface . Payment for work involved in
backfi ll ing, plugging of pipe (s) and all ot he r appu rt e nances requ ired , sha ll be include d in the
appropriate bid item -Abandon Existing Sewer Manhole .
02/09/2010 SC-21
PART D -SPECIAL CONDITIONS
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 w ith surrounding surface .
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project , it may be
required to cut , plug, and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe , unless separate trenching is required.
J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe . All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation , Storage
Yard .
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location .
Payment will be made for salvaging, abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e ., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main, the Contractor shall be
responsible for TV inspection of 100% of the exist ing sewer main to be abandoned to make a
fina l determination that all existing service connect ions 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.
0210912010 SC-22
PART D -SPECIAL CONDITIONS
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 2'!/i pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows:
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe . Payment for work such as backfill, bedding, blocking , detectable
tapes, and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-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 SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a perm it. 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 th is 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
02/09/2010 SC-23
PART D -SPECIAL CONDITIONS
The specifications for materials set out the minimum standard of quality, which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material , which has
been specified. Where the term "or equal", or "or approved equal" is used , it is understood that if a
material, product, or piece of equipment bearing the name so used is furnished, it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City . If a product of any other name is proposed for use, the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute. Where
the term "or equal", or "or approved equal" is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose . However, the Contractor shall have the full responsibility of proving that the proposed
substitution is, in fact, equal , and the Engineer, as the representative of the City, shall be the sole
judge of the acceptability of substitutions. The provisions of this sub-section as related to
"substitutions" shall be applicable to all sections of these specifications.
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-line , etc.}, shall be cleaned, and a
television inspection performed to identify any active sewer service taps, other sewer laterals
and their location. Work shall consist of furnishing all labor, material, and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television. Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation. The equipment shall
also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned . Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor . The gun shall be capable of producing flows from a fine spray to
a solid stream. The equipment shall carry its own water tank , auxiliary engines, pumps,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease . If sewer cleaning balls
or other equipment, which cannot be collapsed, is used, special precautions to prevent
flooding of the sewers and public or private property shall be taken. The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2 . CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high-
velocity jet equipment. The equipment shall be capable of removing dirt , grease , rocks,
sand, and other materials and obstructions from the sewer lines and manholes. If cleaning
of an entire section cannot be successfully performed from one manhole , the equipment
shall be set up on the other manhole and cleaning again attempted . If, again , successful
cleaning cannot be performed or equipment fa ils to traverse the entire manhole section , it
will be assumed that a major blockage exists , and the cleaning effort shall be abandoned.
02/0912010 SC-24
PART D -SPECIAL CONDITIONS
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily. No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System, the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup, including the water usage bill. All
expenses shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge ; dirt; sand , rock , grease, and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned. Passing material from manhole section
to manhole section, which could cause line stoppages, accumulations of sand in wet wells,
or damage pumping equipment, shall not be permitted .
4. All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City.
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES.
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection. Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe. The
camera shall be operative in 100% humidity conditions. The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory , equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
B. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches , power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line.
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 dev ice. Marking on the cable , or the
like, which would require interpolation for depth of manho le , will not be allowed . Accuracy
02/09/2010 SC-25
PART D -SPECIAL CONDITIONS
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection.
2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection. In addition, other points of significance
such as locations of unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded, and a
copy of such records will be supplied to the City.
3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes. The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections, the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City. If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made.
Also, no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera.
THE TAPES SHALL BE SUBMITIED 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
02/09/2010 SC-26
PART D -SPECIAL CONDITIONS
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer incl.!Jding collection and removal , transportation and disposal of sand
and debris from the sewers to a legal dump site .
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections.
The cost of retrieving the TV Camera , under all circumstances, when it becomes lodged during
inspection, shall be incidental to TV Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-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 testing.
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 :
02/09/2010
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (10"Hg -9"Hg) (SEC)
Depth of MH. 48-lnch Dia . 60-lnch Dia .
(FT.) Manhole Manhole
Oto 16' 40 sec. 52 sec.
18 ' 45 sec. 59 sec .
20 ' 50 sec. 65 sec.
SC-27
PART D -SPECIAL CONDITIONS
22' 55 sec. 72 sec.
24' 59 sec. 78 sec.
26' 64 sec. 85 sec .
28' 69 sec. 91 sec .
30' 74 sec . 98 sec.
For Each 5 sec. 6 sec.
Additional 2'
1. ACCEPTANCE: The manhole shall be considered acceptable , if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole,
which fails to pass the initial test, must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
Following completion of a successful test, the manhole shall be restored to its normal
condition , all temporary plugs shall be removed, all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material, labor, equipment,
and all incidentals, including all bypass pumping, required to complete the test as specified
herein.
D-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 m ight be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The televis ion camera used for the inspection shall
be one spec ifi cally designed and constructed for such inspection . Lighting for the camera shall
be operative in 100% humidity conditions. The camera , televis ion monitor, and other
components of the video system shall be capable of producing picture quality to the
02109/2010 SC-28
PART D -SPECIAL CONDITIONS
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
C. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate , stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute . Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line. No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
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 speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
02/09/2010 SC-29
PART D -SPECIAL CONDITIONS
and may be retained a maximum of 30 calendar days. Equipment shall be provided to the
City by the Contractor for review of the tapes . Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections. the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made. Also , no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis. The quantity of TV inspection shall be
measured as the total length of new pipe installed. All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D-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 prov ide access and trench safety system (if required)
for the site to be tested , and any wo rk effort involved is deemed to be included in the unit price
for the item being tested .
02/09/2010 SC-30
PART D -SPECIAL CONDITIONS
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations. The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting,
temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards,
dikes, slope drains and other devices.
B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible-earth material exposed by preparing right-
of-way , clearing and grubbing , the surface area of erodible-earth material exposed by
excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control
measures to prevent contamination of adjacent streams, other water courses, lakes, ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats,
seeding, or other control devices or methods directed by the Engineer as necessary to control
soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution control
features, but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be
proportional to the CONTRACTOR'S capability and progress in keeping the finish grading,
mulching , seeding, and other such permanent pollution-control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
Engineer.
2. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams.
3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams.
4. When work areas or material sources are located in or adjacent to live streams, such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream. Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream.
5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other
obstructions placed during construction operations that are not a part of the finished work .
02/09/2010 SC-31
PART D -SPECIAL CONDITIONS
6. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and
reservoirs with fuels, oils, bitumen , calcium chloride or other harmful materials . He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes
and reservoirs and to avoid interference with movement of migratory fish .
C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this work.
0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construction
and adjacent property when construction is not in progress and at night. Drives shall be left
accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction .
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
0-41 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.
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Cont ractor's expense . Trimming or pruning to facilitate the work will be
perm itted 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 obta in a permit from the City Forester before any work
(trimming, removal , or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys . This permit can be obtained by calling the
Forestry Office at 817-392 -5738. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboricu lture . 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 th is item and all costs incurred
will be considered a subsidiary cost of the project.
0-42 SITE RESTORATION
The contractor shall be respons ible for restoring the site to original grade and cond it ion after
completion of his operations subj ect t o approva l of t he Eng ineer. The basis for approval by the
En gi nee r w ill be grade restorati o n to plus minu s on e-tenth (0.1) of a foot.
02/09/2010 SC-32
PART D -SPECIAL CONDITIONS
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
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
02/09/2010 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent requ ired prior to excavating. Sod material shall be planted with in three
days after it is excavated .
CONSTRUCTION METHODS : After the designated areas have been completed to the lines ,
grades , and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St.
Augustine grass .
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade . Holes of equivalent depth and spacing may be used instead of furrows.
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy , hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression. Hand tamping may be required on terraces .
b. Block Sodding.
At locations on the Drawings or where directed, sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered, and any voids left in the block sodding shall be filled with additional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod, which , in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil , shall , upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently
close to hold the block sod firmly in place.
When necessary , the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun . Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance .
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Eng ineer until completion and final acceptance of the project by the City of Fort Worth .
3 . SEEDING
DESCRIPTION : "Seed ing " 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 accorda nce w ith these Specifications .
MATER IA LS:
02109/20 10 SC-34
PART D -SPECIAL CONDITIONS
a. General. All seed used must carry a Texas Testing Seed label showing purity and
germination, name, type of seed, and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
v ariety of seed sha ll be furnished and delivered in separate bag s or co nta iners . A samp le
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 Be rmuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.{2)a .
URBAN AREA WARM-SEASON SEEDING RA TE (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 RA TE; {lb.) Pure Live Seed {PLS)
Dates (All Sections)
Aug 15 Tall Fes c ue 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 .
02/09/2010 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing. Where applicable , the shoulders, slopes, and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun.
BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed. If the sowing of seed is
by hand, rather than by mechanical methods, the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods, is not applicable since no seed bed preparation is required.
DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45, Construction
Methods.
The seed, or seed mixture, specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type. All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45,
Construction Methods.
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened .
After the watering, when the ground has become sufficiently dry to be loose and pliable, the
seed, or seed mixture specified, shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods ,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface
without ruts or: tracks. In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth .
The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings, or if Drawings are not included , then MS-2 shall be used. Applications of the
asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth.
02109/2010 SC-36
PART D -SPECIAL CONDITIONS
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration.
* Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4. HYDROMULCH SEEDING:
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes.
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS: FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications.
MATERIALS : All fertil izer 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 t he 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 Assoc iation 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 fo r the particular item of work. Ferti lizer shall be dry
and in good physical condition . Fertilizer that is powdered to caked w ill be rejected .
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings , fert ilizer shall be app li ed uniform ly at the ave rage
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: Topso il secu red from borrow sources wi ll be meas ured by t he square yard
in place on the project site . Measurement w ill be made onl y on topsoi ls secu red from borrow
sources.
A ccept ab le material for "S ee ding " will be meas ured by the lin ear foot, compl ete in pl ace .
02/09/2.0 10 SC-37
PART D -SPECIAL CONDITIONS
Acceptable material for "Sodding " will be measured by the linear foot , complete in place.
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding.
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating (except as noted
below), loading, hauling , placing and furnish ing all labor, equipment, tools, supplies , and
incidentals necessary to complete work .
All labor, equipment, tools and incidentals necessary to supply , transport , stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and
will not be paid for directly.
"Spot sodding" or "block sodding" as the case may be , will be paid for at the contract unit price
per square yard, complete in place , as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod; for all rolling and
tamping; for all watering ; for disposal of all surplus materials ; and for all materials , labor,
equipment, tools and incidentals necessary to complete the work, all in accordance with the
Drawings and these Specifications.
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified , as the case
may be , which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows :
Fertilizer material and application will not be measured or paid for directly , but is considered
subsidiary to Sodding and Seeding.
D-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variab le "CONFINED
SPACE ENTRY PROGRAM " wh ich 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 involv ing work in confined spaces.
02/09/201 0 SC-38
PART D -SPECIAL COND1Tt0NS
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete.
8. The inspector along with appropriate City staff and the City's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected.
9 . The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected.
10. Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price . Contractor shall still be required to address all other
deficiencies, which are discovered at the time of final inspection.
11. Final inspection shall be in conformance with general condition item "C5-5.18 Final
Inspection" of PART C -GENERAL CONDITIONS .
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
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
0 .1. pipe shall be utiUzed.
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
e nsure util izat ion of the best agricultural practices and procedu res .
02/09/2010 SC-39
PART D -SPECIAL CONDITIONS
9 . Short tunneling shall co nsist of power augering or hand excavation. The tunne l 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 all existing utilities prior to
construction , in accordance with item D-6. At locations identified on the drawings , contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility , the contractor shall contact the engineer immediately for appropriate design -
modifications .
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the gene ral public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6. Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials , excavation , surface restoration , field surveys, and
all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun .
D-51 INSTALLATION OF WATER FACILITIES
51.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standa rd conta ined in the Gene ral Contract Documents . Payment for work
such as backfi ll , bedd ing , block ing , detectab le tapes and all othe r assoc iated appurtenant
req uired , shall be incl ud ed in t he li near foot pri ce bid of th e app ro priate BID ITEM (S).
02/09/2010 SC-40
PART D -SPECIAL CONDITIONS
51.2 Blocking
Concrete blocking on this Project will necessarily be required as shown on the Plans and
shall be installed in accordance with the General Contract Documents. All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve.
51.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform ta the provisions
of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects. The steel casing pipe shall be
supplied as follows :
For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up
after field welds shall provide coating equal to those specified above. C. Minimum
thickness for casing pipe used shall be 0.375 inch.
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig. 110 of the General Contract Documents.
3. PAYMENT:
Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
51.4 Tie-Ins
The Contractor shall be responsible for making tie-ins to the existing water mains. It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins. And any differences in locations and elevation of existing line tie-ins
between the contract drawings and what may be encountered in the field shall be
considered as incidental to construction. The cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe .
51.5 Connection of Existing Mains
The Contractor shall determine the exact location , elevation , configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece .
Any differences in locations , elevation, configuration, and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction. Where it is required to shut down ex isting ma ins
in order to make proposed connections, such down time shall be coordinated with the
02/09/2010 SC-41
PART D -SPECIAL CONDITIONS
Engineer, and all efforts shall be made to keep this down time to a minimum. In case of
shutting down an existing main, the Contractor shall notify the City Project Manager,
Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut
down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION
OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing
as to the location, time, and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection. Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size.
51.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or replacement is to be connected . This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service.
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items.
51. 7 Water Services
The relocation, replacement, or reconnection of water services will be required as shown
on the plans, and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing, curb stops
with lock wings, meter boxes, and if required approved manufactured
service branches. All materials used shall be as specified in the Material Standards (E 1-17
& E 1-18) contained in the General Contract Documents.
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade.
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required , and 1-inch corporation from
the main line to the meter box.
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section C5-5.15 INTERRUPTION OF SERVICE.
02109/2010 SC-42
PART D -SPECIAL CONDITIONS
All water service meters shall be removed , tagged, and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction. The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings, and corporation stop.
Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop
with lock wings, service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation.
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main.
1. WATER SERVICE RECONNECTION: Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction. The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches, as measured from the center line of
the existing meter to location to the center line of the proposed meter location, separate
payment will be allowed for the relocation of service meter and meter box. Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately. Relocations made along the
centerline will be paid of in feet of copper service line.
When relocation of service meter and meter box is required , payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation. All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time. Locations w ith multiple service branches will be paid
for as one service meter and meter box relocatio n.
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
4. NEW SERVICE : When new services are required the contractor shall install tap sadd le
(when required), corporation stop, type K copper service line, curb stop with lock wings,
and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The · reinforced plastic water meter boxes shall comply with
section E 1-18A -Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from -
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle , corporation stops , and fittings shall
be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box .
1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the
contractor shall furnish approved factory manufactured branches.
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-lnch Temporary Service Line
A The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water serv ice to all buildings that will necessarily be required to have severed
water service during said work. The contractor shall be responsible for coordinating the
schedule of the temporary service connections and permanent service reconnections with
the building owners and the Engineer in order that the work be performed in an expeditious
manner. Severed water service must be reconnected within 2 hours of discontinuance of
service .
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point of
connect ion to the City water supply . The 2-inch temporary service main and 3/4-inch
service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2"
temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated
lime (HTH) pr ior to installat ion .
The out-of-service meters shall be removed , tagged and collected by the Contractor for
delivery to the Water Depart ment Meter Shop for reconditioning or replacement. Upon
restoring permanent serv ice , the Contractor shall re-install the meters at the correct
lo cat ion . The meter box shall be reset as neces sary to be flush with t he exist ing ground or
as ot herwise d ire cte d by t he Engi nee r.
02/09/20 10 SC-44
PART D -SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed, number of service taps and number of
feed points.
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location.
Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service
connections, removal of temporary services and all other associated appurtenants
required, shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction, the
Contractor will install a fire hydrant meter for all temporary service lines. Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible. At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used. The inspector will deliver the hydrant meters to the locations.
After installation, the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs. The issued meter is for this specific project and location only .
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
51.9 Purging and Sterilization. of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein. The City will provide all water for INITIAL cleaning and
sterilization of water lines. All materials for construction of the project, including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary
sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The
line may not be placed in service until two successive sets of samples, taken 24 hours
apart, have met the established standards of purity.
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe.
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary. Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
02/09/2010 SC-45
PART D -SPECIAL CONDITIONS
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Serv ice Taps to Main.
Payment for all work and materials necessary for the installation of the sampling stat ion,
concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations .
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials
necessary for the installation tap saddle , gate valve, and fittings shall be included in the
price bid for Serv ice 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 .
51.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe,
fittings, and Specials , Sub section E2-7.11 Cast Iron Fittings:
E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS : All ductile-iron and gray-iron
fittings shall be furnished with cement morta r lining as stated in Section E1-7 . The pr ice
bid per ton of fittings shall be payment in full for all fittings , joint accessories, polyethylene
wrapping, horizontal concrete blocking , vertical tie-down conc rete blocking , and concrete
cradle necessary for construct ion as designed .
All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E 1-13 and Construction
Specificat ion E2 -13 . Wrapping shall precede horizontal concrete blocking , vertical t ie-down
concrete blocking , and concrete crad le. Payment for the polyethylene wrapping, horizontal
concrete block in g , vertical tie-down concrete blocking , and concrete cradle shall be
inc luded in bid items for va les and fitt ings and no other payments will be allowed .
02/09/20 10 SC -46
PART D -SPECIAL CONDITIONS
0-52 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.
0-53 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.
0-54 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.
0-55 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 mi nimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching.
10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11 . Within 24 hours , prune flush with ground and backfill any exposed roots due to
construction activity . Cover with wood chips of mulch in order to equalize soil
temperature and minim ize 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 prospect ive 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 maintain ing the required
excavation and of doing other work affected by the geology of the site .
The cost of all rock remova l and other associated appurtenances , if required, shall be included in
t he linear foot bid price of the pipe.
02/09/2010 SC-48
-
-
PART D -SPECIAL CONDITIONS
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:
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area. The flyer shall be prepared on the Contractor's
letterhead and shall include the following information: Name of Project, City Project No (CPN).,
Scope of Project (i.e. type of construction activity}, actual construction duration within the block,
the name of the contractor's foreman and his phone number, the name of the City's inspector and
his phone number and the City's after-hours phone number. A sample of the 'pre-construction
notification' flyer is attached.
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed. The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The
flyer shall be prepared on the contractor's letterhead and shall include the following information:
Name of the project, City Project Number, the date of the interruption of service, the period the
interruption will take place, the name of the contractor's foreman and his phone number and the
name of the City's inspector and his phone number. A sample of the temporary water service
interruption notification is attached.
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed. The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses.
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector ..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made.
D-59 TRAFFIC BUTTONS
The removal and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred, both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
02/09/2010 SC-49
PART D -SPECIAL CONDITIONS
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-61 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repa ir. Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item.
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized . The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
D-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.
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 construct ion st akes 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 certa in temporary construction , right-of-entry
agreements , and/or perm its to perfo rm work on private property .
Th e Ci ty has att e mpte d to obt ain th e te mp ora ry co nstruct ion a nd/or righ t -of-en t ry agreeme nts for
pro pert ies where co nstru ct ion acti vity is necessary o n City ow ned fa c ili ties , such as sewe r li nes or
02/09/2 0 10 SC-50
PART D -SPECIAL CONDITIONS
manholes. For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property. Contractor shall adhere to all requirements of Paragraph C6-6.1 O 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
projected schedule, including construction start date, and answer any construction related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-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 C ity $60 for each worker emp loyed 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.
02/09/2010 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas
Government Code 2258.023.
Complaints of Violations and City Determination of Good Cause .
On receipt of information, including a complaint by a worker, concerning an alleged violation of
2258 .023 , Texas Government Code, by a contractor or subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above.
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required , a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction.
Records to be Maintained.
The contractor and each subcontractor shall , for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City. The provisions of the Audit section of these contract documents shall
pertain to this inspection .
Pay Estimates.
With each partial payment estimate or payroll period , whichever is less, the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times.
Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above.
(Wage rates are attached at the end of this sect ion.)
(Attached)
02/09/2010 SC-52
-
PART D -SPECIAL CONDITIONS
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
Fort Worth assumes no responsibility for compliance programs , which are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents .
D-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 Elim ination 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 Construct ion Act ivity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
02/09/2010 SC-53
PART D -SPECIAL CONDITIONS
permit can be obtained through the Internet at http://www.tnrcc.state.tx .us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that , if properly utilized , can minimize the need
for physical controls and possible reduce costs . The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee.
The NOi shall be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin, TX 78711-3087
A copy of the NOi shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity , the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin , TX 78711-308 7
ST ORM WATER POLLUTION PREVENTION PLAN {SWPPP): A document consisting of an
erosion control and tox ic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollut ion from the construction
site. Cop ies of the project SWPPP 's are available for view i ng at the office of the Consultant
disbursi ng the plans for the project. The selected Contractor shall be provided with three copies of
t he SWPPP aft e r awa rd of c ontract, a long w ith un bo un ded co pi es of all forms to be su bmi tted to
the Tex as Co mmi ssio n on Environmenta l Q ual it y.
02/09/2010 SC-54
-
-
PART D -SPECIAL CONDITIONS
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities. The SWPPP shall be incorporated into in the contract documents. The
contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities. The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents. The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms,
diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection,
stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP.
D-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 existing live system be turned off and
on to accommodate the construction of the project, the Contractor must coordinate this activity
through the appropriate City representative. The Contractor shall not operate water line valves of
existing water system. Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions .
02/09/2010 SC-55
PART D -SPECIAL CONDITIONS
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 will be taken :
1. A letter will be mailed to the contractor by certified mail, return receipt requested
demanding that, within 10 days from the date that the letter is received , it provide
sufficient equipment , materials and labor to ensure completion of the work within the
contract time. In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time .
2. The Project Manager and the Directors of Water Department, and Department of
Transportation and Public Works will be made aware of the situation. If necessary, the
City Manager's Office and the appropriate city council members may also be informed .
3. Any notice that may, in the City 's sole discretion , be required to be provided to
interested individuals will distributed by the Water Department's Public Information
Officer.
4. Upon receipt of the contractor's response , the appropriate City departments and
directors will be notified. The Water Department's Public Information Officer will , if
necessary , then forward updated notices to the interested individuals .
5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract, the bonding company will be
notified appropriate ly .
0210912010 SC-56
PART D -SPECIAL CONDITIONS
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 HO T 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 Permit 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 .
02/09/2 0 10 SC-57
PART D -SPECIAL CONDITIONS
(To be printed on Contractor's Letterhead)
Date:
CPN No .:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS , PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
02/09/2010 SC-58
02109/2010
PART D -SPECIAL CONDITIONS
Date: ____ _
DOE NO. XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON _______ _
BETWEEN THE HOURS OF AND-------'
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT _________ _
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ___________ AT _________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
------------' CONTRACTOR
SC-59
PART D -SPECIAL CONDITIONS
F TEXAS OEPARTMENTOFHcALTH DEMOLITION I ReNOVATlON
NOTIFICATION FORM r
0
ff
i
C
e
u
s
,e
fl
'I
y
0
T
A
H
p
A
0
N
E
.s
H
A
p
D
H
'D
L
NOTE: CIRCLE ITEMS THAT ARE AM ENDED
T D H NOTIFICATION# -----------t) Aba l emeni ControctQr. _________ ~~~-------TDH Licen5e Number.,_ ____ _
Address : · City ; Slate : -· --.... Zfp; ___ _
Offioe Phone .Number. .,__~ ________ Job Sile Phone Numb01 :. ____________ _
S"rte ~perv~r· . TDH Uoanse Number.-------~-~----
Sltc Supcr'\!isor: TOH License Number. . ......,,......=-....,,..."""""=;--:---------
T rained ·On-Site NESHAP tnd ivi'dual :,~---=~--------C.er!i fi~tion Dete;. _______ _
Demolitio.n Con l ractor: _____________ Office Phonfl Nur'l'!b,e .__.__ _________ _
Add'Il;,!$S: '' . ·cfty: Sfete: . Zip ;. ___ _
2) Project Consu l!anl. r;,r Ope~1or:, ___________ -____ TDH Lieertse Number:. _____ ~
Mt1i lin9 Add ,ess: ____ -=------,--------::-:::::----=-:---:-.,----,----:-......,..---------
Clty:. .. state:. ____ Zip . .,_· ____ Office Phone Number: .i....-..i.....------
3) Faclli1y0wner..,.. __ ---------------------~-----~-~ A.!tention:. ______________________ ~--------------
Ma iling Add ress:. ________ ~-------------------------
Cily: · .... _ _ State: llp, Owner Ptlone Number._L-1 ......... =··----
••Noto: Th~ invoii;e for the notification fee will be sentto the owner ot the-butld'fn~ and the billlrtG .aeklrcss for the invoice will be
obtalneod trom the ll'lform:iuon tMt: ls provide-d In thl$ 5.ection.
4} Description <lr F~cifj ty Name:. ________ --=--~~~------~-~----::,,....-.----Physi:ca l Ad!!re<$s;._--,-.,., _________ County: . Cify: Zip;, ___ _
Facility Phone Number Fac;i!ity Contact Person :--------------
Descri pl ion of Area!Room Number:. _____ ~-------~--------------Prior Use; _______________ Future Use:. _________________ _
Age Qf Eltlildinglfooilir;: Sr2:0: Number of Acors: Scllool (K ; 12): ··· o YES · o NO
5) Type of Work: O Demolition o Re-novatlon {Abatement) CJ Annual Consolidated
Work V'.lill be during: 0 Oa}' o Evening o Nigfll : Ptiased Project
OescrJptlon of work schedu le:. ________________ ~-------------
a) ts 1his a Public BuifdtrtQ? o YES
NESHAP"Only Facility? O YES
D NO Federal Facility?, YES : NO Industrial Site? D YES O NO
D NO Is &iilding!Fac:ili'ty Oct:upiec'? t l YES Cl NO
7) Noliftcation Type CHECK ONLY ONE
V J Original (10 Work1n.g Days) : Cancellation c Amemlmen.t D Emergency/Ordered
f
D
I
a ,
ti
0
n
?
H lhis is an amendment, whieh amencf'rnen1 number is this?_ (Enclose copy of ortglntil andJo .r la.st amendment)
If $n emergency, viho did you talk with at TOH? l;rner9ency#: _____ _
Date an d Hou, or Em~tgenty (HHIMM.IO DfYY):. _____ --,. __
Desc:tfption of the sudden, unexpected event end explanation or ho111 the event caused umsafe conditicms ocWou1d cause
equipment da m aige {compu ters . machinery. etc. ____________ ~-----------
O 8) Oi'lscription of procedUies to be followed In the e-..•eflt that unexpected .astiestos is found or pr~<Jus.ly oQfl-frie!::lle
Y asbestos material bec001es crumbled. pulverized, or reduced to powder;----------~~----
E
s
9) was en A$bes tos survey performed? o YES t! NO Dale: l TDH lnspecior Ucense No :. _____ _
G AnB!ylical Method ; 0 PLM D TEM D Assumed TDH Laboratory licen:se No:,--------
N (For TAHPA (public buikling) proje~: ,en asst.Jm;ition mus t be made by a TDH LicC'flsed. Inspector)
02/09/2010
10) Oe$Crlption of plann ed c!,ernot iliOn or tanovatioo work. type of mete rial, a.nd method(s} to be used .... : -~-----
11) D~crip1ion of work pra ct ices and engineerin g oon trots 10 be u sed to prcwm t e mi ssions of asbest os a t the
de molitioo/renov-a1ion ._· --------------------------~---
SC-6 0
PART D -SPECIAL CONDITIONS
1:2) ALL applicab!e lcc-:ms in lli8 folloviing table must be complel:l;!d; IF NO ASSt;STOS PRESENT CHECK HERE c:
Approxim11te amQunt of Check unlt of measurement
Asbestos-Containing Building Materi11t 1----......;.;As;;;;;;;,;be;;,;stoli;;.;· =---+--.--....---.--...... -.------l
Typ&
Pipes Surt~ce Area , Lrt Ln SO
Ff M ,Ft M
RACM lP be removed
RACM NOTremQY~
lot~rior Cate l non-fr iab!a removed
Exleriot Cate · o I non-friable remCJved
, II non-friable removed
Exterior Cate II non-friable removed
Cate
RACM Off-Facility Component
13) Waste Tra nsp orter Name : ________________ TOH License Number;~-----
Addrnss: ___________ Ci:,,;,,.... _________ Stale: _Zip:. ___ _
Ccriti3o! Per.ion ; Phot1e Number: .,,___,_ _______ _
14) Waste Di:sposal Site Name=---------:-c--------~~-...... --~--==-----
Address,..· --,--,------~~=-=""--City:---------Stale: ___ Zip: ___ _
Te:1ephone: · TNRCC Permit Number: _______ _
15) For structurally unsound facilltles, attaeh a copy ,of demolrucn order and octenlify Government.el Official below:
f'4aml):_ Registration No:-------~-----Tille:. ______ ,__ ___ ._,._-__
Date of order (MM/DD1Y¥} I i Date order to begin (MM/OD/YY) __ f _I __
16) Schecfuled Dates of Asbestos Abatemenl (MMlDD/YY} Start --~' -~--Compl ete; _ _,_ __ ,,....
17) Seheduled Dates Demolition/Renov8tion {MM/OD.l'YY) Slart: J I Com:plete:. __ I:.,.,. ,---'-I ___ _
... Note: If lhe start date on lhts notification e~n not .~ mvt, ffi g TDH ~ronal or Lo1;al Program office Must b& conlacted by
phone prior to the &iart date. Fallum lo do so l!J a \ltotat/on tn aeeotd.:me:c to TAHPA, sedlon 295.61,
l hereb:,• cer:fify that elf iriformaoon I have pro11lded is correct, complete, Md 1rua to tile best of my knowledge. I acknr;y.,,•Jed9e
that I am respons tble for an a-spects of the nolffication form, includi ng . but nol limitin9 , content and submiss ion dates. Th9
maximum penalty is $10,000 per dey per violation .
(8ignel u1e of Building 011.mer/ Operator or Oeleg,ated Consuuan1/Contractor)
MAI LTO:
•Faxes aro not accepted"'
(Date}
ASBESTOS NOTI FICATtON SECTJON
TOXIC SUSSTANCES CONTROL DlVIS ION
TEXAS DEPARTMENT OF HEAL TH
PO BOX 143538
AtJSTJN, TX 78714-3538
PH: 512-834--6600, 1-800-572-5548
(Telephcme)
{Fax Number}
•Faxes :1rc not aec&pted*
Form APB#5, dalEd lJ7/29l02. Replaces TDH form dat-cd 07113/01. For a.ss/stance in completing form. a,;:11 1-lJOQ-572-5r.i48
02/09/2010 SC-61
PART D -SPECIAL CONDITIO N S
City of Fort Worth
Highway (Heavy) Construction
-·-Prevailing Wage Rates For 2008
Clas s i f icat ions
Air Tool Operator
Asphalt Raker
A sphalt ShoveJer
A sph.;.lt Di stribu te. O;perator
A sphalt Pavi.na M achine Ope rator
Bat ching P faflt Weigher
B room CIT Sweeper Ope:raior
Bulldozer Oper ator
CarpentFr (Rauc:h}
Con crete F inis.,"ie r-Paving
Conc rete F m i'.EJl er -Struc!ures
C-or,cr,..,E Pavi ng Cu rbing Mach. O p s-.
Concrete Pa·ili no Fin ish ino Mach. Oper.
Con crete I? a..'ing Jcxnt Se:a ler Oper.
Con cret e Paving Sa'N Oper .
Con crete P av i ng Spr eader Oper .
Concrete Rubber
Crane, Clamsh ell, Backhoe, Oe riclt,
!Jr ~line. S h ovel
Electrician
A agg e r
Form Bu il der-St ructures
Form Setfer-Paving .& Curbs
Foundation D rill O oeratM, Cr,;,wler Mounted
.Founda.ton Drill Operator. Truck Moun ted
Frcnt End L oader
il a!:>orer-Com mon
!l ab orer-Ufii:)·
M ecilanrc
M il ti ng Mach:ne Operat or. Fine Grs.de
M ixer C peratcr
M c!or Grader Operator (i=i ne Gra;de }
M c :or Gr aide r Operator. Rouch O ile r
i?a ir,ler. Struc tures
Pavement Markini; M achin e O p er.
P ip e lay er
IRc fl er. Stee l Whee l Plarn-Mix P av em ents
P.o li er, S t i.el '.'I/hee l C1her Flatwheel or
Tam;,ing
!Ro ller, Pneumafi c.. Self-Pr cpe!IEd Scraper
!Re infarci n o S t eel S etier (P avin.i )
P.e in forcir-,c Steel S Etier 1Structur ei
Sou rce is AGC o -T exa.s
(Hwy. Hvy. Ut ilf1ies I ndu stria l B .moo)
W'l,w.access.gpogovl davisbac::n,
02/09/20 10
Hou:rlv R.1tes Classifications
$10 .0tl Scrapo:r Operal.or
$13 .ll'.l Serv icer
sa.ao Slip Fem, Machine Operator
$13 .~ Sor ead'er Box C;>Erator
$12 .78 Tractllll' operator, Crawle r T,,.c,e.
$14 .t 5 Tractor cpe,-ator . Pneumatic
$-S .&8 Tra~·edin g Mixff Operator
$1'3 .. 22 T ruck Dr iver -S ingle .A x le {Light)
$t2.8{) Truck Dri\•er 0 Sir.ale Axle {Heavv)
$12.8.5 Truck Driver -Tandem A x lE Semi-Traile r
$13.27 T ruck Drivesc-L cwbovi'Float
$12 .00 Truck Dr i11er-Transi! Mix
W ag;cn Drill. Boring Mach'ine, Pos! Hole
$13.6:3 Driller
$12 .oll Welde;r
$13 .Ee Work Zone Sarri¢ade Se;r,1 ice r
$14 .ffl
$10.61
$t 4 . l 2
$UU2
$8.43
$11 .63
s 11 .e3
$13 .e ,
$16 .W
$12 .62
$9.18
$10 .55
$16 .97
$11 .83
$1 1 .58
$15.2()
$14 .6]
.$f3 . t 7
$t>fl .04
$l1 .C4
$f1 -2.S
$l 0 .G2
$11 .07
$N .e.a
$16 .. 29
SC-62
•\
Hrlv Rts
$11.42
$12 .32
$12.33
srn.22
$12.60
$12.91
S t .2.03
$10.@ 1
$11A7
$11 .75
$14 .93
$12.08
$14.00
$13.57
SHLOQ
DA-1
DA-2
DA-3
DA-4
DA-5
DA-6
DA-7
DA-8
DA-9
OMIT
DA-10
DA-11
DA-12
OMIT
DA-13
DA-17
DA-21
DA-22
DA-23
DA-24
DA-25
DA-27
DA-28
DA-29
DA-30
DA-31
DA-32
DA-33
DA-34
DA-35
DA-36
DA-37
OMIT
DA-38
-OMIT
DA-39
DA-40
DA-41
DA-42
DA-43
DA-44
DA-45
DA-46
DA-47
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
A WARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS -OMIT 5
PIPELINE REHABILITATION CURED-IN-PLACE PIPE-OMIT ....................... 5
PIPE ENLARGEMENT SYSTEM -OMIT .................................................................. 5
FOLD AND FORM PIPE -OMIT ................................................................................. 5
SLIPLINING -OMIT ..................................................................................................... 5
PIPE INSTALLED BY OTHER THAN OPEN CUT .................................................. 5
TYPE OF CASING PIPE ................................................................................................ 8
SERVICE LINE POINT REP AIR/ CLEAN OUT REPAIR -OMIT ........................ 9
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION -
9
MANHOLE REHABILITATION -OMIT ................................................................... 9
SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMIT ........ 9
INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -
9
INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT ........................ 9
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT ............... 9
VACUUM TESTING OF REHABILITATED MANHOLES -OMIT ...................... 9
FIBERGLASS MANHOLES -OMIT ........................................................................... 9
LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........... 9
REPLACEMENT OF CONCRETE CURB AND GUTTER -OMIT ...................... 10
REPLACEMENT OF 6" CONCRETE DRIVEWAYS-OMIT ............................... 10
GRADED CRUSHED STONES ................................................................................... 11
WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE -OMIT ..................................... 11
BUTT JOINTS -MILLED -OMIT ............................................................................ 11
2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ............................................... 11
REPLACEMENT OF 7" CONCRETE VALLEY GUTTER -OMIT ..................... 11
NEW 7" CONCRETE VALLEY GUTTER -OMIT ................................................. 11
NEW 4" STANDARD WHEELCHAIR RAMP -OMIT ........................................... 11
8" PAVEMENT PULVERIZATION -OMIT ............................................................ 12
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -OMIT 12
RAISED PAVEMENT MARKERS -OMIT ............................................................... 12
POTENTIALLY PETROLEUM CONT AMINA TED MATERIAL HANDLING -
12
LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
12
ROCK RIPRAP -GROUT -FILTER FABRIC ......................................................... 12
CONCRETE RIPRAP-OMIT .................................................................................... 15
CONCRETE CYLINDER PIPE AND FITTINGS -OMIT ...................................... 15
CONCRETE PIPE FITTINGS AND SPECIALS -OMIT ....................................... 15
UNCLASSIFIED STREET EXCAVATION -OMIT ................................................ 15
6" PERFORATED PIPE SUBDRAIN -OMIT ........................................................... 15
REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMIT ............................... 15
RECOMMENDED SEQUENCE OF CONSTRUCTION -OMIT ........................... 15
PAVEMENT REPAIR IN PARKING AREA -OMIT .............................................. 15
ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-48 EASEMENTS AND PERMITS .................................................................................... 16
DA-49 HIGHWAY REQUIREMENTS -OMIT .................................................................... 16
DA-50 CONCRETE ENCASEMENT ..................................................................................... 16
DA-51 CONNECTION TO EXISTING STRUCTURES ....................................................... 16
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMIT ........ 16
DA-53 OPEN FIRE LINE INSTALLATIONS-OMIT ......................................................... 16
DA-54 WATER SAMPLE STATION -OMIT ....................................................................... 16
DA-55 CURB ON CONCRETE PAVEMENT -OMIT ......................................................... 16
DA-56 SHOP DRAWINGS ....................................................................................................... 16
DA-57 COST BREAKDOWN -OMIT .................................................................................... 17
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT ................................................. 17
DA-60 ASPHALT DRIVEWAY REPAIR-OMIT ................................................................ 17
DA-61 TOP SOIL ....................................................................................................................... 17
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT -
OMIT 18
DA-63 BID QUANTITIES ........................................................................................................ 18
DA-64 WORK IN HIGHWAY RIGHT OF WAY -OMIT ................................................... 18
DA-65 CRUSHED LIMESTONE (FLEX-BASE) .................................................................. 18
DA-66 OPTION TO RENEW -OMIT .................................................................................... 18
DA-67 NON-EXCLUSIVE CONTRACT-OMIT .................................................................. 18
DA-68 CONCRETE VALLEY GUTTER -OMIT ................................................................. 18
DA-69 TRAFFIC BUTTONS -OMIT ..................................................................................... 18
DA-70 PAVEMENT STRIPING-OMIT ................................................................................ 18
DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 18
DA-72 SPECIFICATION REFERENCES .............................................................................. 19
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW
PREVENTER/CONTROL VALVE AND BOX -OMIT ........................................................... 19
DA-74 RESILIENT-SEATED GATE VALVES-OMIT ...................................................... 19
DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMIT ............................................ 19
DA-76 1 Yl" & 2" COPPER SERVICES -OMIT ................................................................... 19
DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT ................................................................. 19
DA-78 CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) -OMIT ................................. 19
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT ......... 19
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMIT ........................... 19
DA-82 LIQUIDATED DAMAGES (UTIL. CUT)-OMIT .................................................... 19
DA-83 PAVING REP AIR EDGES (UTIL. CUT) -OMIT ..................................................... 20
DA-84 TRENCH BACKFILL (UTIL. CUT) -OMIT ............................................................ 20
DA-85 CLEAN-UP (UTIL. CUT) -OMIT .............................................................................. 20
DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT ............................................................ 20
DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT .................................. ~ ...................... 20
DA-88 ST AND ARD BASE REP AIR FOR UNIT I (UTIL. CUT) -OMIT .......................... 20
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT III (UTIL. CUT) -OMIT ... 20
DA-90 2" TO 9" H.M.A.C. P AVEMENT (UTIL. CUT) -OMIT .......................................... 20
10/23/08 ASC-2
PART DA-ADDITIONAL SPECIAL CONDITIONS
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -
OMIT 20
DA-92 MAINTENANCE BOND (UTIL. CUT) -OMIT ........................................................ 20
DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT .............................................................. 20
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMIT ................................. 20
DA-96 REP AIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMIT .................. 20
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT)-OMIT ................................................ 20
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMIT ..................................................... 20
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL.
CUT) -OMIT ................................................................................................................................. 20
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMIT .......... 20
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)-OMIT ................................. 20
DA-102 PAYMENT (UTIL. CUT)-OMIT ........................................................................... 20
DA-103 DEHOLES (MISC. EXT.) -OMIT .......................................................................... 20
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) -OMIT ................................ 20
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMIT ...................... 20
DA-106 BID QUANTITIES (MISC. EXT.) -OMIT ............................................................ 20
DA-107 LIFE OF CONTRACT (MISC. EXT.) -OMIT ...................................................... 20
DA-108 FLOWABLE FILL (MISC. EXT.) -OMIT ........................................................... 21
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.)-OMIT ...................................... 21
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) -OMIT .. 21
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMIT ...................... 21
DA-112 MOVE IN CHARGES (MISC. REPL.)-OMIT ..................................................... 21
DA-113 PROJECT SIGNS (MISC. REPL.)-OMIT ............................................................ 21
DA-114 LIQUIDATED DAMAGES (MISC. REPL.)-OMIT ............................................ 21
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)-OMIT ........................ 21
DA-116 FIELD OFFICE -OMIT ........................................................................................... 21
DA-117 TRAFFIC CONTROL PLAN ................................................................................... 21
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS -
OMIT 21
DA-119 GRAVEL DRIVEWAY REP AIR ............................................................................ 21
DA-120 REPLACEMENT OF TREES ................................................................................... 21
DA-121 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY
BORING, TUNNELING OR OPEN CUT .................................................................................. 21
DA-122 FIBERGLASS SEWER PIPE-GRAVITY SERVICE -OMIT ........................... 30
DA-123 JUNCTION SANITARY SEWER MANHOLE -OMIT ....................................... 30
DA-124 SUBSURFACE EXPLORATION ............................................................................ 30
DA-125 ABANDON EXISTING WATER AND SANITARY SEWERSTRUCTURES-
OMIT 30
DA-126 ABANDON EXISTING PIPE LINE AND MANHOLES ...................................... 30
DA-127 SANITARY SEWER AND WATERLINE MARKERS ....................................... 3 1
DA-128 TUNNELING ................................................................................................................ 32
DA-129 HINGED MANHOLE ............................................................................................... 34
DA-130 T-LOCK SHEET LINER ......................................................................................... 34
10/23108 ASC-3
DA-131
DA-132
SYSTEM
DA-133
DA-134
DA-135
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
PASSIVE ODOR CONTROL FOR VENT PIPE -OMIT .................................... 41
NEW STRUCTURE INTERIOR MANHOLE COATING RA VEN LINNING
41
CUT AND PLUG -OMIT ......................................................................................... 48
ANTI-FLOATATION PROTECTION -OMIT ..................................................... 48
DEHOLE -EXPLORITORY EXCAVATION ....................................................... 48
ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS-OMIT
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE-OMIT
DA-3 PIPE ENLARGEMENT SYSTEM -OMIT
DA-4 FOLD AND FORM PIPE -OMIT
DA-5 SLIPLINING -OMIT
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 B36.10 and the
following:
a. Field Strength : 35 ,000 psi minimum .
b. Wall thickness: 0.312 in. minimum (0.5 for railroad crossings).
c. Diameter: As shown on the drawings (minimum size requirements).
d.. Joints: Continuous circumferential weld in accordance with AWS 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 th ick slurry.
C . EXECUTION
1012310a ASC-5
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Where sewer pipe is required to be installed under railroad embankments or under
highways, streets or other facilities in other than open cut, construction shall be
performed in such a manner so as to not interfere with the operation of the
railroad, street, highway, or other facility, and so as not to weaken or damage any
embankment or structure. During construction operations, barricades and lights to
safeguard traffic and pedestrians shall be furnished and maintained, until such
time as the backfill has been completed and then shall be removed from the site.
2. Pits and Trenches:
a. If the grade of the pipe at the end is below the ground surface, suitable pits
or trenches shall be excavated for the purpose of conducting the jacking or
tunneling operations and for placing end joints of the pipe. Wherever end
trenches are cut in the sides of the embankment or beyond it, such work
shall be sheeted securely and braced in a manner to prevent earth from
caving in.
b. The location of the pit shall meet the approval of the Engineer.
c. The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed.
3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place.
a.
b.
C.
The boring shall proceed from a pit provided for the boring equipment and
workmen. The holes are to be bored mechanically. The boring shall be
done using a pilot hole . By this method an approximate 2-inch hole shall
be bored the entire length of the crossing and shall be checked for line and
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger diameter hole to be bored. Other
methods of maintaining line and grade on the casing may be approved if
acceptable to the Engineer. Excavated material shall be placed near the
top of the working pit and disposed of as required. The use of water or
other fluids in connection with the boring operation will be permitted only to
the extent required to lubricate cuttings. Jetting or sluicing will not be
permitted.
In unconsolidated soil formations , a gel-forming colloidal drilling fluid
consisting of at least 10 percent of high grade carefully processed
bentonite may be used to consolidate cuttings of the bit, seal the walls of
the hole, and furnish lubrication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
Allowable variation from the line and grade shall be as specified under
paragraph A.2 . All voids between bore and outside of casing shall be
pressure grouted.
ASC-6
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Installation of Carrier Pipe in Casing:
a. Sanitary sewer pipe located within the encasement pipe shall be supported
by "skids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing, and to keep the installed line from resting on the bells.
b. All skids shall be treated with a wood preservative. Skids should extend for
the full length of the pipe with the exception of the bell area and spigot area
necessary for assembly unless otherwise specified.
c. The Contractor shall prevent over-belling the pipe while installing it through
the casing. A method of restricting the movement between the assembled
bell and spigot where applicable shall be provided.
d. At all bored, jacked, or tunneled installations, the annular space between
the carrier pipe and casing shall be filled with grout. Care must be taken
that not too much water is forced into the casing so as not to float the pipe.
The backfill material will not be required unless specified on the plans and
specified by the Engineer.
e. Closure of the casing after the pipe has been installed shall be plugged at
the ends of the casing as shown on the drawings or as required by the
Engineer.
5. Boring and Jacking Ductile Iron Pipe without Casing Pipe:
a. As indicated on drawings and as required and directed by the Engineer
sewer shall be constructed of bore and jacked ductile iron pipe.
b. When a casing pipe is not designated on the drawings, the contractor shall
provide a casing pipe if necessary to achieve line and grade. Casing pipe
shall be provided at no additional cost and shall be subsidiary to the cost
bid for installation By Other than Open Cut.
c. Bore and jack in accordance with paragraph C.3. above.
d. Short length of sewer consisting of a single pipe section may be installed
by jacking without a bore hole if permitted by the Engineer and in soft soil
layer. All voids outside of installed pipe shall be pressure grouted.
6. Tunneling: Where the characteristics of the soil , the size of the proposed pipe, or
the use of monolithic sewer would make the use of tunneling more satisfactory
than jacking or boring, or when shown on the plans, a tunneling method may be
used , with the approval of the Engineer or railroad/highway officials.
a . When tunneling is permitted, the lining of the tunnel shall be of sufficient
strength of support the overburden . The Contractor shall submit the
proposed liner method to the Engineer for approval. The tunnel liner
design shall bear the seal of a licensed professional engineer in the State
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
of Texas. Approval by the Engineer shall not relieve the Contractor of the
responsibility for the adequacy of the liner method .
b. The space between the tunnel liner and the 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
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
E 1-15, E 1-5 and E 1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects . The steel casing pipe shall be supplied as
follows:
A For the inside and outside of casing pipe, coal-tar protective coating in accordance with
the requirements of Sec. 2.2 and related sections in AWWA C-203.
B. Touch-up after field welds shall provide coating equal to those specified above.
C. Minimum thickness for casing pipe used shall be 0.375 inch .
Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing
Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
manufacturer.
2 . SEWER:
Boring used on this project shall be in accordance with the material standard E 1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documents.
3. PAYMENT:
10/23108 ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR-OMIT
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION -OMIT
DA-10 MANHOLE REHABILITATION-OMIT
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMIT
DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM-OMIT
DA-13 INTERIOR MANHOLE COATING-QUADEX SYSTEM-OMIT
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMIT
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM -OMIT
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER-OMIT
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT
DA-18 RIGID FIBERGLASS MANHOLE LINERS-OMIT
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMIT
DA-20 PRESSURE GROUTING -OMIT
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES-OMIT
DA-22 FIBERGLASS MANHOLES -OMIT
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.
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
10/23/08 ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
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-24 REPLACEMENT OF CONCRETE CURB AND GUTTER -OMIT
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS -OMIT
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material
that shows surface deterioration and/or complete failure. The Engineer will identify these areas
upon which time the contractor will begin work. The failed area shall be saw cut, or other similar
means, out of the existing pavement in square or rectangular fashion. The side faces shall be cut
vertically and all failed and loose material excavated. As a part of the excavation process, all
unsatisfactory base material shall be removed, if required , to a depth sufficient to obtain stable
sub-base. The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth. The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site, the same day as excavated, to a suitable dump site.
After satisfactory completion of removal as outlined above , the contractor shall place the
permanent pavement patch, with "Type D" surface mix. This item will always be used even if no
base improvements are required. The proposed H.M.A.C . repair shall match the existing
pavement section or the depth of the failed material , whichever is greater. However , the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C . pavement thickness
will not exceed 6". Before the patch layers are applied, any loose material, mud and /or water shall
be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the
10/23/0 8 ASC-10
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth, made in
preparation to accept the recycling process.
All applicable provisions of Standard Specification Item Nos . 300 "Asphalts, Oils, and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work.
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work .
DA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer. The material shall be graded crushed stones .
For specifications governing this item see Item No. 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE -OMIT
DA-29 BUTT JOINTS -MILLED -OMIT
DA-30 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX)
All applicable provisions of Standard Specifications , Item Nos. 312 "Hot-Mix Asphaltic Concrete",
300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt
Concrete" shall apply to the construction methods for this portion of the project.
Standard Specification 312.5 (1) shall be revised as follows : The prime coat, tack coat, or the
asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit
and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic
material shall also not be placed when the wind conditions are unsuitable in the opinion of the
Engineer.
The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M.A.C . overlay . The City will provide laboratory control as
necessary.
The unit price bid per square yard of H.M.A.C. complete and in place , shall be full compensation
for all labor, materials , equipment, tools, and incidentals necessary to complete the work .
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER-OMIT
DA-32 NEW 7" CONCRETE VALLEY GUTTER -OMIT
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP -OMIT
10/23/08 ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-34 8" PAVEMENT PULVERIZATION-OMIT
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)-OMIT
DA-36 RAISED PAVEMENT MARKERS-OMIT
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING-OMIT
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL-OMIT
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:
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
Sieve Size
(Square Mesh)
24inch
18inch
12inch
6inch
Sieve Size
Percent Passing
100
80-90
45-55
0-20
(Square Mesh) Percent Passing
1012310a ASC-12
PART DA-ADDITIONAL SPECIAL CONDITIONS
18"
Riprap
18inch
12inch
6inch
3inch
100
60-85
15-45
0-15
2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid
cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry).
3 . FILTER FABRIC BLANKET:
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:
10/23/08
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
ASC-13
10/2310 8
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
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 mixi,::ig 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
ASC-14
.....
PART DA-ADDITIONAL SPECIAL CONDITIONS
work within a period of one (1) hour after mixing . Retempering of ground will not be
permitted. Riprap shall not be grouted when the ambient temperature is below 35
degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor
when the grout, without special protection, is likely to be subjected to freezing
temperatures before final set has occurred. Prior to grouting, all surfaces of riprap shall
be wetted. The riprap shall be grouted in successive longitudinal strips, approximately
1 O feet in width , commencing at the lowest strip and working up the slope . Grout shall
be brought to the place of final deposit by approved means, and in no case will grout be
permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately
after dumping the batch of grout, it shall be distributed over the surface of the strip by
the use of brooms and the grout worked into place between stones with 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-40 CONCRETE RIPRAP -OMIT
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS -OMIT
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS-OMIT
DA-43 UNCLASSIFIED STREET EXCAVATION-OMIT
DA-44 6" PERFORATED PIPE SUBDRAIN-OMIT
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMIT
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMIT
DA -47 PAVEMENT REPAIR IN PARKING AREA-OMIT
10123/08 ASC-15
PART DA -ADDITIONAL SPECIAL CONDITIONS
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-49 HIGHWAY REQUIREMENTS -OMIT
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 E 1-20 and
E2-20 of the General Contract Documents .
Payment for work such as forming, placing, and finishing including all labor, tools, equipment and
material .necessary to complete the work shall be included in the linear foot price bid for Concrete
Encasement.
DA-51 CONNECTION TO EXISTING STRUCTURES
All connections between proposed and existing facilities, shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement, a
gasket, RAM-Nek or approved equal shall be installed around penetrating pipe.
Payment for such work as connecting to existing facilities including all labor, tools , equipment,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM.
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMIT
DA-53 OPEN FIRE LINE INSTALLATIONS-OMIT
DA-54 WATER SAMPLE STATION-OMIT
DA-55 CURB ON CONCRETE PAVEMENT-OMIT
DA-56 SHOP DRAWINGS
10123/08 ASC-16
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review . Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require. Such
review by the Engineer shall include checking for general conformance with the design concept of
the project and general compliance with information given in the General Contract Documents.
Indicated actions by the Engineer, which may result from his review, shall not 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 drawing requirements are described in some of the material specifications.
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
Madelene Rafalko, P.E .
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN -OMIT
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY -OMIT
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP -OMIT
DA-60 ASPHALT DRIVEWAY REPAIR-OMIT
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
10123108 ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals
shall be included in the square yard bid price for the top soil.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT-OMIT
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 -OMIT
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort
Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW -OMIT
DA-67 NON-EXCLUSIVE CONTRACT -OMIT
DA-68 CONCRETE VALLEY GUTTER -OMIT
DA-69 TRAFFIC BUTTONS -OMIT
DA-70 PAVEMENT STRIPING -OMIT
DA-71 H.M.A.C. TESTING PROCEDURES
10/23108 ASC-18
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference. This
design shall not be more than two (2) years old. Upon submittal of the design mix a Marshal
(Proctor) will be calculated, if one has not been previously calculated, for the use during density
testing. For type "B" asphalt a maximum of 20% rap may be used. No Rap may be used in type
"D"
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the
contractor is approved for placement of the asphalt. The contractor shall contact the City
Laboratory , through the inspector, at least 24 hours in advance of the asphalt placement to
schedule a technician to assist in the monitoring of the number of passes by a roller to establish a
rolling pattern that will provide the required densities . The required Density for Type "B" and for
Type "D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will
be used for all asphalt testing.
After a rolling pattern is established, densities should be taken at locations not more than 300
feet apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type
"B" must be done before Type "D" asphalt is applied.
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to
determine the applied thickness .
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification , prior to the date
of these general specifications or revisions thereof, shall apply .
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX -OMIT
DA-74 RESILIENT-SEATED GATE VALVES -OMIT
DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMIT
DA-76 1 %" & 2" COPPER SERVICES -OMIT
DA-77 SCOPE OF WORK (UTIL. CUT) -OMIT
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT)-OMIT
DA-79 CONTRACT TIME (UTIL. CUT) -OMIT
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMIT
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)-OMIT
DA-82 LIQUIDATED DAMAGES (UTIL. CUT)-OMIT
10/23/08 ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-83 PAVING REPAIR EDGES (UTIL. CUT)-OMIT
DA-84 TRENCH BACKFILL (UTIL. CUT) -OMIT
DA-85 CLEAN-UP (UTIL. CUT) -OMIT
DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIT
DA-87 SUBMISSION OF BIDS (UTIL. CUT) -OMIT
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)-OMIT
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT)-OMIT
DA-90 2" TO 9" H.M.A.C. PAVEMENT (Ulll. CUT) -OMIT
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)-OMIT
DA-92 MAINTENANCE BOND (UTIL. CUT) -OMIT
DA-93 BRICK PAVEMENT (UTIL. CUT) -OMIT
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) -OMIT
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMIT
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMIT
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMIT
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMIT
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)-OMIT
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)-OMIT
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)-OMIT
DA-102 PAYMENT (UTIL. CUT)-OMIT
DA-103 DEHOLES (MISC. EXT.) -OMIT
DA -104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMIT
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMIT
DA-106 BID QUANTITIES (MISC . EXT .) -OMIT
DA-107 LIFE OF CONTRACT (MISC. EXT.)-OMIT
1012310s ASC-20
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-108 FLOWABLE FILL (MISC. EXT.) -OMIT
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.)-OMIT
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-OMIT
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMIT
DA-112 MOVE IN CHARGES (MISC. REPL.)-OMIT
DA-113 PROJECT SIGNS (MISC. REPL.) -OMIT
DA-114 LIQUIDATED DAMAGES (MISC. REPL.)-OMIT
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)-OMIT
DA-116 FIELD OFFICE -OMIT
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. No traffic control plan has been prepared in the
project plans. All other requirements of D-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS -OMIT
DA-119 GRAVEL DRIVEWAY REPAIR
At locations where gravel driveways are encountered, such driveways shall be completely
replaced for the full extent of utility cut with gravel equal to or better than the existing driveway.
Measurement and payment for gravel driveway repair shall be per square yard of gravel complete
and in place, shall be full compensation for all labor, materials, equipment, tools, and incidentals
necessary to complete the work.
DA-120 REPLACEMENT OF TREES
Replacement trees shall consist of 3" caliper container grown Live Oak (Qurcus Virginiana) trees,
10-12" in height. Measurement and payment for replacing any trees that are removed shall be on
a per each basis and shall cover all cost for complete replacement of the existing tree(s) in
accordance with the City of Fort Worth Tree Ordinance. Included shall be all excavation, backfill,
watering, materials, labor, and equipment necessary in accordance with the City of Fort Worth
Tree Ordinance. A copy of the City of Fort Worth Tree
DA-121 PIPELINES CROSSING HIGHWAYS, STREETS AND RAILROADS BY BORING,
TUNNELING OR OPEN CUT
A. GENERAL
1012310a ASC-21
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. WORK INCLUDED
Furnish labor, materials , equipment and incidentals necessary to install pipe
casings or tunnel liners by boring, tunneling or open cut as specified. This section
sets forth the requirements for utility lines crossing roadways or railroads using
bore , tunneling , or open cut.
2. QUALITY ASSURANCE
3.
a. DESIGN CRI T ERIA
1) TUNNEL LINER PLATE
The tunnel liner plate shall be designed by the Manufacturer in
accordance with the methods and criteria as specified in AASHTO
Standard Specifications for Highway Bridges, Section 16. Soil
parameters shall be determined by the Tunnel Liner Plate
Manufacturer. The tunnel liner plate shall be designed to allow a
maximum deflection of 3%. The thickness of the tunnel liner plate
specified herein is the minimum acceptable and shall be increased
as necessary to obtain adequate joint strength , stiffness , buckling
strength, and resistance to deflection .
2) CASING INSULATORS
Casing insulators shall be designed by the Manufacturer to
adequately support and electrically isolate the carrier pipe within the
casing pipe under all conditions. Number and location of spacing
insulators shall be determined by the Manufacturer to protect carrier
pipe from damages . One insulator shall be placed with in 2' of ends
of casing .
b. INSTALLER'S QUALIFICATIONS
Installation shall be by a competent, experienced contractor or sub-
contractor. The installation contractor shall have a satisfactory experience
record of at least five (5) years engaged in similar work of equal scope .
c . PERFORMANCE REQUIREMENTS
Lateral or vertical variation in the final position of the pipe casing or tunnel
liner from the line and grade established by the engineer shall be permitted
only to the extent of 1" in 1 O', provided that such variation shall be regular
and only in the direction that will not detrimentally affect the function of the
carr ier pipe , or clearances from othe r underground utilities or st ructures .
Any additional cost caused by this variation shall be the respons ibil ity of the
Contractor.
SU BMITTALS
Submitt als shall in clude :
ASC-22
10/23108
4.
PART DA -ADDITIONAL SPECIAL CONDITIONS
a Installer's Qualifications
b Shop drawings of the tunnel liner plate and fasteners from the tunnel liner
plate manufacturer. Shop drawings shall include calculations for the
design of the tunnel liner plate sealed by a Licensed Engineer in the State
of Texas. Shop drawings are for record purposes only and will not be
reviewed or approved by the Engineer.
STANDARDS
AWWAC-206
AWWA C-210
AASHTO M-190
AASHTO
ASTM A-36
ASTM A-123
ASTM A-135
ASTM A-139
ASTM A-153
ASTM A-307
ASTM A-449
ASTM A-569
ASTM A-570
ASTM C-76
ASTM D-4254
"Field Welding of Steel Water Pipe"
"Liquid Epoxy Coating Systems for the Interior and Exterior
of Steel Water Pipelines"
"Bituminous Coated Corrugated Metal Culvert Pipe and Pipe
Arches"
Standard Specifications for Highway Bridges, 1989.
"Structural Steel"
"Zinc (Hot Dipped Galvanized) Coatings on Iron and Steel
Products"
"Electric -Resistance -Welded Steel Pipe"
"Electric -Fusion (Arc) -Welded Steel Pipe"
"Zinc Coating (Hot Dip) on Iron and Steel Hardware"
"Carbon Steel Bolts and Studs, 60,000 PSI Tensile"
"Quenched and Tempered Steel Bolts and Studs"
"Steel, Carbon, Hot-Rolled Sheet and Strip, Commercial
Quality"
"Hot Rolled Carbon Steel Sheet and Strip, Structural
Quality"
"Reinforced Concrete Culvert, Storm Drain, and Sewer
Pipe"
"Test Methods for Minimum Index Density of Soils and
Calculation of Relative Density"
5. DELIVERY AND STORAGE
6 .
a. The Contractor shall store tunnel liner plate in accordance with
manufacturer's recommendations. Any liner plate that appears to have
been damaged in the opinion of the Owner's representative shall be
removed from the project and replaced with a new piece.
JOB CONDITIONS; PERMITS AND EASEMENT REQUIREMENTS
ASC-23
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
a . Where the work is in the public right-of-way or railroad company right-of-
way , the Owner will secure the appropriate permits or easements. The
Contractor shall observe regulations and instructions of the right-of-way
Owner as to the methods of performing the work and take precautions for
the safety of the property and the public. Negotiations and coordination
with the right-of-way Owner shall be carried on by the Contractor, not less
than five (5) days prior to the time of his intentions to begin work on the
right-of-way.
b. Comply with the requirements of the permit and/or easement, a copy of
which is included in the Appendix. The work within the Texas Department
of Transportation (TxDot) Right-of-Way shall comply with TxDot
specifications. If required by the Right-of-Way Owner, obtain Protective
Liability Insurance in the amount required by the particular company or
other insurance as is specified in the permit at no cost to the Owner.
Acquire a permit , agreement, or work order from the right-of-way Owner as
is required .
c. Construction along roads and railroads shall be performed in such manner
that the excavated material be kept off the roads and railroads at all times,
as well as, all operating equipment. Construction shall not interfere with
the operations of the roads and railroads.
d . Barricades , warning signs, and flagmen , when necessary and specified,
shall be provided by the Contractor.
e . No blasting shall be allowed . Existing pipelines are to be protected . The
Contractor shall verify location and elevation of any pipe lines and
telephone cable before proceeding with the construction and plan his
construction so as to avoid damage to the existing pipe lines or telephone
cables. Verification of location of existing utilities shall be the complete
responsibility of the Contractor. ·
7. OPTIONS
a.
b.
CASING MATERIAL: Unless specified otherwise, the Contractor may use
steel pipe or tunnel liner plate where bore and/or tunnel as specified.
Unless specified otherwise , the Contractor shall use steel pipe where open
cut casing is specified. The material specification for casing pipe and
tunnel liner are the minimum acceptable. The Contractor shall be fully
responsible to insure the materials used are of sufficient strength for the
installation method chosen and the soil conditions encountered.
BORE AND TUNNEL METHODS: Unless specified otherwise , the
Contractor may use jacking or tunneling for the installation method of
casing material. Tunnel liner plate shall not be used where bore or jack
methods are used. The Contractor shall be fully responsible to insure the
methods used a re adequate for the protection of wo rkers , pipe, prope rt y,
and the public. Provide a fin ished product as required.
ASC-24
PART DA -ADDITIONAL SPECIAL CONDITIONS
8. GUARANTEES [Not Used]
B. PRODUCTS
10/23/08
1. MATERIALS
a. STEEL PIPE: Steel casing pipe shall have a minimum yield strength of
35,000 psi. Casing shall meet ASTM A36, ASTM A570 , ASTM A135,
ASTM A 139, or approved equal. Pipe shall be coated and lined in
accordance with AWWA C210 or approved equal. Pipe joints shall be
welded in accordance with AWWA C206. After pipe is welded, coating and
lining shall be repaired. Unless specified otherwise, the minimum wall
thickness of steel casing pipe shall be as follows:
Casing Diameter Wall Thickness
36" 0.5"
b. TUNNEL LINER PLATES: Corrugated metal tunnel liner plates shall be
galvanized made from steel sheets conforming to the requirements of
ASTM A-569. Material to be galvanized shall be zinc coated in accordance
with ASTM A-123, except that the zinc shall be applied at a rate of 2.0 oz.
per square foot on each side. Tunnel liner plates and fasteners shall
comply with the requirements of AASHTO Standard Specifications for
Highway Bridges, 1989. liner plates shall be punched for bolting on both
longitudinal and circumferential seams, fabricated to permit complete
erection from the inside of the tunnel. Bolts and nuts shall be galvanized to
conform to ASTM. Where groundwater is encountered, gasketed liner
plates shall be used.
2. MIXES
a.
A-153: Plates shall be of uniform fabrication and those intended for one
size tunnel shall be interchangeable. Welding of tunnel liner plate shall not
be allowed. The material used for the construction of these plates shall be
new, unused, and suitable for the purpose intended. Workmanship shall
be first class in every respect. Minimum thickness of tunnel liner plate shall
be as follows:
Tunnel Diameter
36" - 2 Flanged
36" -4 Flanged
Thickness
Submit gage
Submit gage
CEMENT MORTAR: Consisting of one (1) part cement to two (2) parts
clean sand with sufficient water to make a thick workable mix.
ASC-25
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. PRESSURE GROUT MIX: Comprised of 1 cubic foot of cement and 3.5
cubic feet of clean fine sand with sufficient water added to provide a free
flowing thick slurry . If desired to maintain solids in the mixture in
suspension, one cubic foot of commercial grade bentonite may be added to
each 12 to 15 cubic feet of the slurry.
c. CELLULAR GROUT MIX: The cellular grout shall be a low-density, non-
shrink grout composed of Type II Portland cement, water , and a pre-
formed foam. The cellular grout shall have the following characteristics:
1) Minimum 28-day Compressive Strength = 1000 psi
2) Slurry (Wet) Density = 95 to 105 pcf
3) Cement= Type 11, per ASTM C150
4) Water = Potable
5) Foam = Per ASTM C869
6) Water/Cement Ratio = 0.50 to 0.55
3. FABRICATIONS [Not Used]
4. MANUFACTURED PRODUCTS
a.
b.
C.
TUNNEL LINER: Manufactured by Contech Construction Products, Inc .. ,
American Commercial Inc ., or approved equal.
CASING INSULATORS: Thickened Mortar Bands shall be used for this
project. Casing insulators may be used in lieu of mortar bands and rollers.
In lieu of casing insulators or mortar bands, steel rails and rollers may be
considered as an acceptable substitute. However, the Contractor must
submit a design for the rail and roller installation as well as documentation
to justify the substitution as an acceptable installation, in lieu of casing
insulators. Use casing insulators for any type of carrier pipe. Insulators
shall consist of pre-manufactured stainless steel bands with plastic lining
and plastic runners. Insulators shall fit snug over the carrier pipe and
position the carrier pipe approximately in the center of the casing pipe, to
provide adequate clearance between the carrier pipe bell and the casing
pipe. Fasteners for insulators shall be stainless steel or cadmium-plated.
Insulators shall be as manufactured by Cascade Waterworks
Manufacturing Company or Pipeline Seal and Insulators, Incorporated or
Perry Equipment Corporation.
MORTAR BANDS: Concrete cylinder pipe and polyurethane coated steel
pipe may have thickened outside mortar bands in lieu of casing insulators.
Mortar bands shall properly position the pipe within the casing or tunnel
liner.
ASC-26
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
10/23/08
1. PREPARATION [Not Used]
2. GENERAL CONSTRUCTION PROCEDURES
a. EXCAVATION AND BACKFILL OF ACCESS PITS
1) Do not allow excavation over the limits of the bore or tunnel as
specified. Trench walls of access pits adjacent to the bore or tunnel
face shall be truly vertical. Shore the trench walls as necessary to
protect workmen, the public, structures, roadways, and other
improvements.
2) Excavations within the right-of-way and not under surfacing shall be
backfilled, with type B backfill, and consolidated by tamping in 6"
horizontal layers to 95% of maximum density as measured by ASTM
D-698. Surplus material shall be removed from the right-of-way and
the excavation finished to original grades. Backfill pits immediately
after the installation of the carrier pipe is completed. If carrier pipe is
not installed immediately after casing pipe installation, the Right-of-
Way Owner may require the access pits be temporarily backfilled
until installation of carrier pipe.
b. INSTALLING CARRIER PIPE IN CASINGS
1)
2)
3)
4)
5)
Pipe to be installed within the casing or tunnel liner shall meet the
requirements for this type of pipe as specified. Where indicated,
place, align, and anchor guide rails and/or casing insulators inside
the casing. If guide rails are used, place cement mortar on both
sides of the rails.
Pull or skid pipe into place inside the casing. Lubricants such as flax
soap or drilling mud may be used to ease pipe installation. Do not
use petroleum products, oil or grease for this purpose. If guide rails
are used, install pipe and hold down jacks after installation of carrier
pipe .
After installation of the carrier pipe, mortar inside and outside of the
joints as applicable. Verify electrical discontinuity between the
carrier pipe and tunnel liner. If continuity exists, remedy the short
prior to applying cellular grout.
After carrier pipe installation is complete, if hold down jacks or
casing spacers are used, seal or plug the ends of the casing .
After carrier pipe installation is complete , the annular space between
the carrier pipe and tunnel liner or casing shall be completely filled
with cellular grout. The Contractor shall take precautions to prevent
ASC-27
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
flotation of the carrier pipe. Exterior joint coating (heat shrink
sleeves) is required for polyurethane coated pipe. Provide
necessary bulkheads as recommended by the cellular grout supplier.
If pressure is used to apply grout, verify the maximum allowable
pressure with the carrier pipe manufacturer, and do not exceed this
pressure.
c. FREE-AIR SYSTEM
If required by OSHA standards, free-air systems shall be installed and
maintained.
d. INSTALLATION OF PRESSURE GROUT MIX
1) Install pressure grout mix in the void space between the outside of
the casing pipe or tunnel liner and the excavation . For bore or jacks
with casing pipe, install pressure grout mix immediately upon
completion of setting casing pipe. For tunnel liner plate, install
pressure grout mix at the end of each work day or more often as
conditions warrant.
2) Unless specified otherwise, install pressure grouting through grout
fittings for the casing pipe or tunnel liner plate 48" in diameter or
larger. Grout fittings shall be fabricated into casing pipe and tunnel
liner plate at a maximum spacing of 6'. Remove and plug grout
fittings after pressure grouting.
3) Install pressure grout from the low end for all crossings where grout
fittings are not used. Seal the low end and pressure grout until grout
is extruded from the opposite end.
3. CROSSINGS INSTALLED BY BORING
a. Perform the boring from the low or downstream end unless specified
otherwise. Bore the holes mechanically and use a pilot hole. By this
method, an approximate 2" pilot hole shall be bored the entire length of the
crossing and shall be checked for line and grade. This pilot hole shall
serve as the centerline of the larger diameter hole to be bored. Place
excavated material near the top of the working pit and dispose of material
as required. The use of water or other fluids in connection with the boring
operation will be permitted only to the extent to lubricate cuttings. Jetting
shall not be permitted.
b. In unconsolidated soil formations, a gel-forming colloidal drilling fluid
consisting of at least 10% of high grade carefully processed bentonite may
be used to consolidate cuttings of the bit , seal the walls of the hole, and
furnish lubrication for subsequent removal of cuttings and installation of the
pipe immediately thereafter.
c. In locations where the soil formation is other than consolidated rock, insert
the casing pipe simultaneously with the boring operation. This requirement
ASC-28
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
applies to all bored holes of 18" or greater in diameter. For smaller
diameter bored holes, it is desirable that the casing be installed as the
boring progresses, but because of differences in soil formations, the time
for inserting the casing shall be the Contractor's responsibility. In the event
that caving sand or water bearing materials are encountered, insert the
casing pipe simultaneously with the boring operation regardless of the
diameter of the bored hole. In all cases, the security and integrity of the
roadway is the primary concern. The Contractor shall be held fully
responsible for the continued integrity of the structure of the roadway being
crossed, whether or not a casing pipe is inserted simultaneously with the
boring operation.
4. CROSSINGS INSTALLED BY TUNNELING AND JACKING
a. Jack the pipe from the low or downstream end, unless specified otherwise.
Provide heavy duty jacks suitable for forcing the pipe through the
embankment. In operating jacks, apply even pressure to the jacks used.
Provide a suitable jacking head and bracing between jacks so that
pressure will be applied to the pipe uniformly around the ring of the pipe.
Provide a suitable jacking frame or back stop. Set the pipe to be jacked on
guides, properly braced together, to support the section of the pipe and to
direct it in the proper line and grade. Place the whole jacking assembly so
as to line up with the direction and grade of the pipe. In general, excavate
embankment material just ahead of the pipe and material removed through
the pipe. Force the pipe through the embankment with jacks into the space
provided.
b. The excavation for the underside of the pipe, for at least 1/3 of the
circumference of the pipe, shall conform to the contour and grade of the
pipe. Provide a clearance of not more than 2" for the upper half of the
pipe. This clearance shall be tapered off to zero at the point where the
excavation conforms to the contour of the pipe. Extend the distance of the
excavation beyond the end of the pipe depending on the character of the
material, but do not exceed 2' in any case. Decrease the distance if the
character of the material being excavated makes it desirable to keep the
advance excavation closer to the end of the pipe .
c. If desired, use a cutting edge of steel plate around the head end of the pipe
extending a short distance beyond the end of the pipe with inside angles or
lugs to keep the cutting edge from slipping back onto pipe.
d. When jacking of pipe has begun, carry on the operation without interruption
to prevent the pipe from becoming firmly set in the embankment. Remove
and replace any pipe damaged in the jacking operations. The Contractor
shall absorb the entire expense.
5. CROSSINGS INSTALLED WITH TUNNEL LINER PLATE
a . Install the tunnel liner plates to the limits indicated and as specified in
AASHTO Standards Specifications for Highway Bridges , Section 11-26 ,
ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
Construction Tunnels Using Steel Tunnel Liner Plates . Assemble steel
liner plates into circumferential rings. Liner plates shall be of the type to
permit segments to be installed completely from inside the tunnel or bore .
b. Accurately maintain the face of the excavation inside the tunnel so as to
allow the absolute minimum of void space outside the liner plate. Maintain
a maximum of 1 /2" tolerance between the outside of the liner plate and the
excavation wherever poss ible. The tunnel diameter shall not be greater
than 2" larger than the liner 0 .0.
c . Liner plate installation shall proceed as closely as possible behind the
excavation. Excavation shall at no time be more than 6" ahead of the
required space to install an individual tunnel liner plate. Use breast plates,
poling boards or other suitable devices to maintain accurate excavation
with the minimum of unsupported excavation at any time . Tunnel liner
plate shall not be allowed to deflect vertically during installation.
6. CROSSINGS WITH CASING INSTALLED BY OPEN CUT
a. This article covers the requirements for the construction of crossings where
pipe casing is required for installation by the open cut method. Excavation ,
backfill, and embedment of casing pipe shall be as specified in the
construction plans. All other requirements shall be as specified here in.
DA-122 FIBERGLASS SEWER PIPE -GRAVITY SERVICE -OMIT
DA-123 JUNCTION SANITARY SEWER MANHOLE -OMIT
DA-124 SUBSURFACE EXPLORATION
Any data , which has or may be provided on subsurface conditions , is not intended as a
representation or warranty of accuracy or continuity between soil strata . It is expressly
understood that neither the Owner nor the Engineer will be responsible for interpretations or
conclus ions drawn therefrom by the Contractor. Data is made available for convenience of the
Contractor.
Subsurface exploration, to ascertain the nature of the soils at the project site , including the
amount of rock , if any , is to be the responsibility of any and all prospective bidders .
Whether prospective bidders perform th is subsurface exploration jointly or independently , it shall
be left to the discretion of such prospective bidders. Subsurface exploration shall not be
attempted without the approval of the Owner.
The Geotechnical Boring Lo gs have been incl uded in these sp ecific ations
DA-125 ABANDON EXISTING WATER AND SANITARY SEWER STRUCTURES -OMIT
DA-126 ABANDON EXISTING PIPE LI NE AND MANHOLES
1012310a ASC -30
PART DA -ADDITIONAL SPECIAL CONDITIONS
This item shall consist of filling existing water or sanitary sewer pipe to be abandoned with
flowable fill as designated in the construction plans. Flowable fill material shall be in accordance
with DA-108.
Payment for pipe abandonment with flowable fill shall be paid per linear foot of pipe. The pay item
for the abandonment is "Flowable Fill." This cost shall include all labor, material, and equipment
associated with filling existing water or sanitary sewer pipe with flowable fill and abandonment.
Manholes deemed to be abandoned on the plans shall be per D-29 or as approved by the City
representative. The remaining manhole structure shall be filled with flowable fill. Flowable fill for
manhole abandonment is incidental to the related pay item.
Payment for of the abandonment of manholes shall be per each structure. This cost shall include
all labor, material, and equipment associated with filling existing sanitary sewer manhole with
flowable fill.
DA-127 SANITARY SEWER AND WATER LINE MARKERS
A. GENERAL
The plans indicate the locations that marker are to be placed. Work described in this
specification includes supplying and placing markers for sanitary sewer lines and water
lines.
B. MATERIALS
1. Buried Markers -Buried markers shall be Omni Marker balls as manufactured by
Tempo or approved equal (www.tempo-textron.com). Markers for water lines shall
be blue. Markers for sanitary sewer lines shall be green.
2. Surface Markers -Surface markers shall be COTTMark Cable and Pipe Warning
System as manufactured by COTT Manufacturing Co . or approved equal
(www.cottmfg.com). Markers for water lines shall have a blue warning sign.
Markers for sanitary sewer lines shall have a green warning sign. Marker posts shall
be 4-inch diameter PVC.
C. EXECUTION
1. GENERAL
a. Buried markers shall be placed at a depth of three-feet below natural
ground surface and directly above the feature they are marking.
b. Surface markers shall be a minimum of six-feet in length and shall be
buried a minimum of two-feet, with a minimum of four-feet above ground.
The warning sign for all surface markers shall be 21-inches (not including
post cap). Surface markers shall be placed as follows :
i. Buried Features : Surface markers shall be placed directly above a
buried feature.
1012310a ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
ii. Above-Ground Features: Surface markers shall be placed a
maximum of two (2) feet away from an above-ground feature .
2. PLACEMENT
a. Water Lines 16-inches and Above
Buried markers shall be placed at all horizontal and vertical bends, all
horizontal points of curvature, tangency, and reverse curvature, horizontal
tees (excluding fire hydrant taps), cleanout wyes, blowoff valves, end-of-
line plugs, and at other locations as shown on the plans or as deemed
appropriate by the ENGINEER.
Surface markers shall be placed at each right-of-way lirJe (or end of casing
pipe) of major highway crossings , railroad crossings, crossings with major
utilities such as high pressure gas lines and fiber-optic lines, and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
b. Water Lines 12-inches and Below
Buried markers shall be placed at the end-of-line cap on all dead-end
stubouts.
Surface markers shall not be utilized for water lines 12-inches and under.
c. Sanitary Sewer Lines , All Sizes
Buried markers shall be placed at all horizontal points of curvature,
tangency and reverse curvature if no manhole is present, and at all
stubouts .
Surface markers shall be placed at each right-of-way line (or end of casing
pipe) of major highway crossings, railroad crossings, crossings with major
utilities such as high pressure gas lines and fiber-optic lines, and at other
locations as shown on the plans or as deemed appropriate by the
ENGINEER.
D. MEASURMENT AND PAYMENT
The cost of buried and surface sanitary sewer and water markers is subsidiary work and
the cost of same shall be included in the unit price bid for pipe complete in place as bid in
the proposal, and no other compensation will be allowed.
DA-128 TUNNELING
A. GENERAL
1. SCOPE. This sect ion covers hand tunneling and shall include the necessary preparation
of the site ; removal and disposal of all debris; excavation as required ; the handling ,
storage, transportation , and disposal of all excavated material ; all necessary protection
1012310s ASC-32
PART DA -ADDITIONAL SPECIAL CONDITIONS
work ; pumping and dewatering as necessary or required ; protection of adjacent property;
and other appurtenant work.
2. GENERAL. With reference to the terms and conditions of the construction standards for
excavations set forth in the OSHA "Safety and Health Regulations for Construction ",
Chapter XVII of Title 29, CFR, Part 1926, the Contractor shall employ a competent person
and , when necessary , a registered professional engineer, to act upon all pertinent matters
qt the work of this section.
B. PRODUCTS
1. Tunnel Liner Plates. Galvanized steel tunnel liner plates shall be corrugated sections as
manufactured by Contech Construction Products or Commercial Pantex Sika. Liner
plates shall have sectional properties conforming to Section 16.5 of AASHTO "Standard
Specifications for Highway Bridges" or to Chapter 1, Section 4 .16.5, Table 4 .16.1 , of
AREA "Manual for Railway Engineering".
The liner plates shall be designed so that erection and assembly can be accomplished
entirely from inside the tunnel. Liner plates shall be capable of withstanding the ring thrust
load and transmitting this load from plate to plate. Liner plates shall have a thickness of at
least 0.1046 inch .
C. EXECUTION
1. BLASTING . Blasting or other use of explosives will not be permitted .
2. TUNNEL EXCAVATION. Pipelines shall be constructed in tunnels of the type designated
on the drawings, in conformity with the requirements which follow. Before starting work
on any tunnel , detailed drawings , specifications , and other data covering the liner to be
used shall be submitted.
10/23/0 8
The clear inside diameter of tunnel liners shall be within 4 inches of the nominal diameter
indicated on the drawings.
a) Tunnel Liner Plates . Care shall be taken during installation to maintain alignment ,
grade, and the circular shape of the tunnel. Longitud inal joints in adjacent rings shall
be staggered and not in alignment more often than every second ring.
The entire operation of tunneling and setting of liners shall be acceptable to the Owner
and the agency having jurisdiction . Adequate means shall be provided to keep the
work free from water.
Sufficient sections of tunnel liner plates shall be provided with 1-1/2 inch or larger
grouting holes , located near the centers, so that when the plates are installed there
will be one line of holes on each side of the tunnel and one at the crown ; the lower line
of holes on each side shall be not more than 18 inches above the invert . The holes in
each line shall be not mo re than 9 feet apart and shall be staggered .
A ll s pace between th e linin g and the earth shall be fill ed with grout fo rced in under
pressure. The gro ut sha ll be mixed in the vol um et ric proportions of two parts Portland
ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
cement, one part fly ash, and not to exceed six parts of sand. Enough water shall be
used to produce, when well mixed, a grout having the consistency of thick cream. As
the pumping through any hole is stopped, it shall be plugged to prevent backflow of
grout.
Grouting shall be performed in a sequence which will preclude deflections exceeding 5
percent of the tunnel diameter.
3. END CLOSURE. At all locations where the liner plate tunnel intersects shafts or manholes
where soil material could migrate into the open space between the tunnel and the carrier
pipe, brick and mortar bulkheads shall be constructed to prevent migration of the soil
backfill in the shafts or around the manholes. Brick shall be in conformance with ASTM
C90 and cement with ASTM C150, Type 1. The bulkheads shall be a minimum of eight
inches in thickness.
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.
DA-129 HINGED MANHOLE
"PAMREX", or similar approved Manhole Cover and Frame. Covers and frames shall be
manufactured from ductile iron. Covers shall be hinged, and incorporate a 90 degree blocking
system to prevent accidental closure when in the open position. Covers shall be one man
operable using standard tools and shall be capable of withstanding a test load of 80,000 lbs .
Frames shall incorporate a continuous seating ring, have a 32" clear opening, frame depth shall
not exceed 5", the flange shall incorporate bedding slots and bolt holes. All components shall be
black coated.
The manhole frame shall be installed with the hinge end aligned with the flow of traffic to allow
traffic to close frame when gas pressure partially lifts lid .
The contractor SHALL provide the manufactures locking mechanism.
DA-130 T-LOCK SHEET LINER
A General
For Hicks Industrial Park, this item, if used, will paid by Manhole-Paint & Coating-Interior
Protective Coating pay item. This specification covers the supply and installation of a flexible
sheet liner with locking extensions in reinforced concrete pipe and auxiliary structures to
effectively protect the exposed concrete surfaces from corrosion. To accomplish this , the liner
must be continuous and free of pinholes both across the joints and in the liner itself. All work for
and in connection with the installation of the lining in concrete pipe , and the field sealing and
welding of joints, shall be done in strict conformity with all applicable specifications, instructions
and recommendations of the lining manufacturer. The manufacturer of the lining shall furnish an
affidavit attesting to the successful use of its material as a lining for sewer pipes for a minimum
10/23/08 ASC-34
PART DA -ADDITIONAL SPECIAL CONDITIONS
period of 40 years in sewage conditions recognized as corrosive or otherwise detrimental to
concrete.
B. MATERIAL
a) Liner shall be Amer-Plate T-Lock as manufactured by Ameron Protective Linings
Division, Brea, California or approved equal.
1. Composition
a) The material used in the liner, welding strips, and other accessory items, shall be a
combination of poly vinyl chloride resin , pigments and plasticizers, specially
compounded to remain flexible. Poly vinyl chloride resin shall constitute not less than
99 percent, by weight , of the resin used in the formulation. Copolymer resins will not
be permitted. Linear Low Density Polyethylene (LLDPE) may also be specified ..
2. Physical Properties
10/23108
a) All plastic liner plate sheets , welding strips and other accessory items, shall have the
following physical properties when tested at 77°F± 5° (25°C±3 °).
Property
Tensile Strength
(15 Mpa min .)
(14 .5 Mpa min .)
Elongation at break
Shore durometer, Type D
Initial
2200 psi min.
2100 psi min .
200% min.
(with respect to initial test result) 1-sec, 50-60
10-sec. 35-50 ±5
±5
(Par.2.4)
200% min.
Weight change 1.5%
b) Tensile specimens shall be prepared and tested in accordance with ASTM 0412 using
Die B. Weight change specimens shall be 1-inch (25-mm) by 3-inch (75-mm) samples .
Specimens for testing of initial physical properties may be taken from liner plate sheet
and welding strip at any time prior to final acceptance of the work .
c) Liner plate locking extensions embedded in concrete shall withstand a test pull of at
least 100 pounds per linear inch (1800 kg/cm), applied perpendicularly to the concrete
surface for a period of one minute, without rupture of the locking extensions or
withdrawal from embedment. This test shall be made at a temperature of 70°-80°F
(21 ° -27°C) inclusive.
d) All plastic liner plate sheets , including locking extensions , all joint, corner and welding
strips shall be free of cracks , cleavages or other defects adversely affecting the
protective characteristics of the material. The engineer may authorize the repair of
such defects by approved methods.
ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
e) The lining shall have good impact resistance , shall be flexible and shall have an
elongation sufficient to bridge up to 1/4" (6mm) settling cracks , which may occur in the
pipe or in the joint after installation without damage to the lining .
f) The lining shall be repairable at any time during the life of the pipe or structure .
3. Chemical res istance*
After conditioning to constant weight at 110°F (43°C), tensile specimens and weight
change specimens shall be exposed to the following solutions for a period of 112 days at
77°F±5° (25°C±3°).
At 28-day intervals, tensile specimens and weight change specimens shall be removed
from each of the chemical solutions and tested in accordance with paragraph 2.3 C. If any
specimen fails to meet the 112-day requirements before completion, the material will be
subject to rejection.
Chemical Solution
Sulfuric acid
Sodium hydroxide
Ammonium hydroxide
Nitric acid
Ferric chloride
Soap
Detergent (linear alkyl benzyl
sulfonate or LAS)
Bacteriological
Concentration
20%**
5%
5%**
1/%**
1%
0. 1%
0 .1%
BOD not less
than 700 ppm .
*This is to be used as a pre-qualification test and when material formulations are changed.
**Volumetric percentages of concentrated C. P . grade reagents.
4. Details and dimensions of basic size sheets (4-foot widths)
a) Liner sheets shall be a minimum of 0.065 inch (1 .65 mm) in thickness. Locking
extensions (T-shaped) of the same material as that of the liner shall be integrally
extruded with the sheet. Locking extensions shall be approximately 2% inches (64mm)
apart and shall be at least 0 .375-inch (9-mm) high .
b) Sheets shall have a nominal width of 48 inches (1200 mm) and a length of no more
than 24 feet (7200 mm), except that longer lengths may be supplied on special order.
Lengths specified shall include a tolerance at a ratio of ±1/4 inches (6 mm) for each
100 inches (2500 mm).
c) Sheets not used for shop fabrication into larger sheets shall be shop tested for
pinholes using an electrical spark tester set between 18 ,000 and 22 ,000 volts. Any
holes shall be repaired and retested .
d) Special s ized , factory prewe lded and tested sheets shall be available on special order.
5 . Pipe -s ize sh eets an d acces sori es
1012310a ASC-36
PART DA -ADDITIONAL SPECIAL CONDITIONS
a) Pipe linings shall be supplied as pipe-size sheets, fabricated by shop-welding the
basic-size sheets together. Shop welds shall be made by lapping sheets a minimum of
% inch and applying heat and pressure to the lap to produce a continuous welded
joint. Tensile strength measure across shop-welded joints in accordance with ASTM
D412 shall be at least 2000 psi (14 MPa).
b) If required, strap channels shall be 1-inch (25-mm) wide maximum of 3/16 inch (5mm)
remains.
c) Sheets also can be supplied in prefabricated, pipe-size tubular-shaped sheets, ready
to lower onto the inner pipe forms. These normally do not require the use of strap
channels.
d) Transverse flaps may be provided at the ends of sheets for pipe. Locking extensions
shall be removed from flaps so that a maximum of 1/32 inch (1 mm) of the base of the
locking extension is left on the sheet.
e) Welding strips shall be approximately 1-inch (25-mm) wide with a minimum width of
7/8 inch (22mm). The edges of weld strips shall be beveled in the manufacturing
process. Thickness of weld strip shall be a normal 1/8 inch (3 mm).
f) Joint strips for pipe shall be 4-inches (100mm) wide with a minimum width of 3%
inches (94 mm). Thickness of joint strips shall be a nominal of 3/32 inch (2.3 mm)
g) Prior to preparing the sheets for shipment, they shall be tested for pinholes using an
electrical spark tester set between 18,000 and 22,000 volts. Any holes shall be
repaired and retested.
C. Installation of Lining
General
10/23108
a) Installation of the lining, including preheating of sheets in cold weather and the
welding of all joints, shall be done in accordance with the recommendations of the
liner manufacturer. All welding shall be completed by a certified welder.
b) Coverage of the lining shall not be less than the minimum shown on the plans.
c) The lining shall be installed with the locking extensions running parallel with the
longitudinal avis of the pipe.
d) The lining shall be held snugly in place against inner forms.
e) Locking extensions shall terminate not more than 1 % inches (38 mm) from the end of
the inside surface of the pipe section. Joint flaps when used shall extend
approximately 4 inches (100 mm) beyond the end of the inside surface.
f) Concrete poured against lining shall be vibrated , spaded or compacted in a careful
manner so as to protect the lining and produce a dense , homogenous concrete ,
securely anchoring the locking extensions into the concrete .
ASC-37
PART DA -ADDITIONAL SPECIAL CONDITIONS
g) In removing forms, care should be taken to protect the lining from damage . Sharp
instruments shall not be used to pry forms from lined surfaces . When forms are
removed , any nails that remain in the lining shall be pulled , without tearing the lining,
and the resulting holes clearly marked .
h) All nail and tie holes and all cut , torn and seriously abraded areas in the lining shall be
patched. Patches made entirely with welding strip shall be fused to the liner over the
entire patch area. Larger patches may consist of smooth liner sheet applied over the
damaged area with adhesive . All edges must be covered with welding strip fused to
the patch and the sound lining adjoining the damaged area.
i) Hot joint compounds , such as coal tar, shall not be poured or applied to the lining.
j) The contractor shall take all necessary measures to prevent damage to installed lining
from equipment and materials used in or taken through the work .
Application to Concrete Pipe -Special requirements.
a) The lining shall be set flush with the inner edges of the bell or spigot end of a pipe
section and shall extend to the opposite end or to approximately 4 inches (100 mm)
beyond the opposite end depending upon the type of lining joint to be made with the
adjoining concrete pipe .
b) Wherever concrete pipe or cast-in-place structures protected with lining , join
structures not so lined (such as brick structures, concrete pipe or cast-in-place
structures with clay lining or clay pipe), the lining shall be extended over and around
the end of the pipe and back into the structure for not less than 4 inches (100 mm).
this protecting cap may be molded or fabricated from the lining material but need not
be locked into the pipe .
c) Where a pipe lateral (not of plastic lined concrete) is installed through lined concrete
pipe , the seal between the lined portion and the lateral shall be made by the method
prescribed for cast -in-place structures under Paragraph 3.4 B.
d) Lined concrete pipe may be cured by standard curing methods .
e) Care shall be exercised in handling , transport ing and placing lined pipe to prevent
damage to the lining . No interior hooks or slings shall be used in lifting pipe . All
handl ing operations shall be done with an exterior sling or with a suitable fork lift .
f) On pipe having 360 ° liner coverage , the longitudinal edges of the sheet shall be butt
welded . When pipe tubes are furnished , these are shop-welded joints made in
accordance with 2.6 A.
g) No pipe with damaged lining will be accepted until the damage has been repa ired to
the sa t isfaction of the eng inee r.
Fi eld j oints in lining for concrete pipe
10/23/08 ASC-38
PART DA -ADDITIONAL SPECIAL CONDITIONS
a) The joint between sections of lined pipe shall be prepared in the following manner:
If required, the inside joint shall be filled and carefully pointed with cement mortar in
such a manner that the mortar shall not, at any point, extend into the pipe beyond the
straight line connecting the surfaces of the adjacent pipe sections.
Pipe joints must be dry before lining joints are made .
b) All mortar and other foreign materials shall be removed from lining surfaces adjacent
to the pipe joint, leaving them clean and dry,
c) Field joints in the lining at pipe joints may be either of the following described types:
Type P-1: The joint shall be made with a separate 4-inch (100-mm) joint strip and two
welding strips. The 4-inch (100-mm) joint strip shall be centered over the joint, heat-
sealed to the lining, then welded along each edge to adjacent liner sheets with a 1-
inch (25-mm) weld strip. The 4-inch (100-mm) joint strip shall lap over each sheet a
minimum of% inch (13 mm).
Type P-2 The joint shall be made with a joint flap with locking extensions removed
per Paragraph 2.6 D and extending approximately 4 inches (100 mm) beyond the pipe
end. The joint flap shall overlap the lining in the adjacent pipe section a minimum of Y:i
inch (13 mm) and be heat-sealed in place prior to welding. The field joint shall be
completed by welding the flap to the lining of the adjacent pipe using 1-inch (25-mm)
weld strip.
Care shall be taken to protect the flap from damage. Excessive tension and distortion
in bending back the flap to expose the pipe during laying and joint mortaring shall be
avoided. At temperatures below 50° F (10° C), heating of the liner may be required to
avoid damage.
d) The joint flap or strip on beveled pipe shall be trimmed to a width (measured from the
end of the spigot) of approximately 4 inches (100 mm) for the entire circumferential
length of the lining.
e) All welding of joints is to be in strict conformance with the specifications and
instructions of the lining manufacture. Welding shall fuse both sheets and weld strip
together to provide a continuous joint equal in corrosion resistance and impermeability
to the liner plate. Hot air welding tools shall provide effluent air to the sheets to be
joined at a temperature between 500° and 600°F (260° and 316° C). Welding tools
shall be held approximately % inch (13 mm) from and moved back and forth over the
junction of the two materials to be joined. The welding tool shall be moved slowly
enough as the weld progresses to cause a small bead of molten material to be visible
along both edges and in front of the weld strip.
f) The following special requirement shall apply when the liner coverage is 360 degrees:
When groundwater is encountered the lining joint shall not be made until pumping of
groundwater has been discontinued for at least three days and no visible leakage is
evident at the joint. When welding the downstream side of a joint strip or flap, do not
weld 6 to 8 inches (150 to 200 mm) at the pipe invert to provide relief of potential
future groundwater buildup .
Application to cast-in-place concrete structures -Special requirements.
10/23/08 ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
a) Linear sheets shall be closely fitted and properly secured to the inner forms. Sheets
shall be cut to fit curved and warped surfaces using a minimum number of separate
pieces.
b) Unless otherwise shown on the plans , the lining shall be returned at least 3 inches (75
mm) at the surfaces of contact between the concrete structure and items not of
· concrete (including manhole frames, gate guides, clay pipe or brick manholes and clay
or cast iron pipes). The same procedure shall be followed at joints where the type of
protective lining is changed or the new work is built to join existing unlined concrete. At
each return, the returned liner shall be sealed to the item in contact with the plastic-
lined concrete using Amer-Plate 19Y adhesive system. If the liner cannot be sealed
with this adhesive because of the joint at the return being too wide or rough or
because of safety regulations, the joint space shall be densely caulked with lead wool
or other approved caulking material to a depth of 2 inches (50 mm) and finished with a
minimum of 1 inch (25 mm) of an approved corrosion resistant material.
Joints in lining for cast-in-place concrete structures.
a) Lining at joints shall be free of all mortar and other foreign material and shall be clean
and dry before joints are made.
b) Field joints in the lining shall be of the following described types, used as prescribed:
Type C-1: The joint shall be made with a separate 4-inch (100-mm) joint strip and two
welding strips. The 4-inch (100-mm) joint strip shall be centered over the joint, heat-
sealed to the liner then welded along each edge to adjacent sheets with a 1-inch (25-
mm) wide welding strip. The width of the space between adjacent sheets shall not
exceed 2 inches (50 mm). The 4-inch (100-mm) joint strip shall lap over each sheet a
minimum of% inch (13 mm). It may be used at any transverse or longitudinal joint.
Type C-2 The joint shall be made by lapping sheets not less than % inch (13 mm).
One 1-inch (25-mm) welding strip is required. The upstream sheet shall overlap the
one downstream. The lap shall be heat-sealed into place prior to welding on the 1-inch
(25-mm) welding strip .
Type C-3: The joint shall be made by applying 2-inch (50-mm)-wide waterproof tape
or 1-inch (25-mm)-wide welding strip on the back of the maximum Y..-inch (6-mm) gap
butt joint or by some other method approved by the engineer to prevent wet concrete
from getting under the sheet. After the forms have been stripped, a 1-inch (25 mm)
welding strip shall be applied over the face of the sheet.
c) All welding is to be in strict conformance with the specifications of the lining
manufacturer and Paragraph 3.3 E.
Testing and repairing damaged surfaces.
10/23/08
a) After the pipe is installed in the trench , all surfaces covered with lining , including welds
shall be tested with an approved electrical holiday detector (Tinker & Rasor Model No .
AP-W with power pack) with the instrument set between 18 ,00 and 22,00 volts.
ASC-40
PART DA -ADDITIONAL SPECIAL CONDITIONS
All welds shall be physically tested by a nondestructive probing method. All patches
over holes , or repairs to the liner wherever damage has occurred , shall be
accomplished in accordance with Paragraph 3.1 H.
Each transverse welding strip which extends to a lower edge of the liner will be tested by the
purchasing agency. The welding strips shall extend 2 inches (50 mm) below the liner to provide a
tab . A 10-pound (5kg) pull will be applied to each tab . The force will be applied normal to the face
of the structure by means of a spring balance. Liner adjoining the welding strip will be held
against the concrete during application of the force . The 10-pound (5 kg) pull will be maintained if
a weld failure develops, until no further separation occurs. Defective welds will be retested after
repairs have been made. Tabs shall be trimmed away neatly by the installer of the liner after the
welding strip has passed inspection. Inspection shall be made within 2 days after the joint has
been completed in order to prevent tearing the projecting weld strip and consequently damage to
the liner from equipment and materials used in or taken through the work.
DA-131 PASSIVE ODOR CONTROL FOR VENT PIPE -OMIT
DA-132 NEW STRUCTURE INTERIOR MANHOLE COATING RAVEN LINNING SYSTEM
For Hicks Industrial Park, this item, if used, will paid by Manhole-Paint & Coating-Interior
Protective Coating pay item . This specification covers work, materials and equipment required for
protecting and/or rehabilitating concrete and masonry manholes and other underground
structures by monolithic spray-application of a high-build , solvent-free epoxy coating to eliminate
infiltration, provide corrosion protection , repair voids ~nd enhance structural integrity. Procedures
for surface preparation , cleaning , application and testing are described
PART 1 GENERAL
1. SECTION INCLUDES
A. Requirements for surface preparation, repairs and solvent-free epoxy coating
application to specified surfaces .
2. RELATED SECTIONS
A. Concrete Repair.
B. Environmental , Health and Safety .
3. REFERENCES
A. ASTM D638 -Tensile Properties of Plastics .
B. ASTM D790 -Flexural Properties of Unreinforced and Reinforced
Plastics.
C. ASTM D695 -Compressive Properties of Rigid Plastics .
D. ASTM D4541 -Pull-off Strength of Coatings Using a Portable Adhesion
Tester.
E. ASTM D2584 -Volatile Matter Content.
F. ASTM D2240 -Durometer Hardness , Type D.
G. ASTM D543 -Resistance of Plastics to Chemical Reagents .
H. ASTM C109 -Compressive Strength Hydraulic Cement Mortars.
I. ACI 506 .2-77 -Spec ificat ions for Materials , Proport ioning , and
Applicat ion of Shotcret e.
1012310s ASC-41
PART DA-ADDITIONAL SPECIAL CONDITIONS
J. ASTM C579 -Compressive Strength of Chemically Setting Silicate and
Silica Chemical Resistant Mortars.
K. ASTM -The published standards of the American Society for Testing
and Materials, West Conshohocken, PA.
L. NACE -The published standards of National Association of Corrosion
Engineers (NACE International), Houston, TX.
M. SSPC -The published standards of the Society of Protective Coatings,
Pittsburgh, PA.
N. Los Angeles County Sanitation District-Evaluation of Protective Coatings for
Concrete
0. SSPWC 210-2.3.3 -Chemical resistance testing published in the Standard
Specifications for Public Works Construction, 1997 edition (otherwise known as
"The Greenbook")
4. SUBMITTAL$
A. The following items shall be submitted:
1. Technical data sheet on each product used, including ASTM test results
indicating the product conforms to and is suitable for its intended use per
these specifications.
2. Material Safety Data Sheets (MSDS) for each product used.
3. Project specific guidelines and recommendations.
4. Applicator Qualifications:
a. Manufacturer certification that Applicator has been trained and
approved in the handling, mixing and application of the products to
be used.
b. Certification by the protective coating manufacturer that the
equipment to be used for applying the products has been approved
and Applicator personnel have been trained and certified for proper
use of the equipment.
c. Two (2) years contracting experience under current company name
and three (3) recent references of projects of similar size and
scope. Applicator must also provide references indicating
successful application on underground concrete or masonary
substrates of a minimum 10,000 vf of 100% solids, high-build
solvent-free epoxy coating by heated, plural component spray
application.
d. Proof of any necessary federal, state or local permits or licenses
necessary for the project.
5. Design details for any additional ancillary systems and equipment to be used in
site and surface preparation, application and testing.
6. Or Equal Submittal: In order to be considered as an equal product, said
product will have to meet the minimum characteristics as measured by the
applicable ASTM standards referenced in paragraph Part 2. 4 as measured by
the applicable ASTM standards referenced in paragraph Part 1.3. Testing
results must be performed and presented by a bonded , third-party testing
laboratory .
Note: Equal products must be approved a minimum of two (2) weeks prior to
bid date. In order for a product to be considered equal the submitted product
must provide proof of successfully passing the Los Angeles County Sanitation
Districts Coating Evaluation Study or evidence from the City of Los Angeles
1012310a ASC-42
PART DA -ADDITIONAL SPECIAL CONDITIONS
Department of General Services Standards Division indicating the Department
tested and the product "passed" SSPWC Section 210-2.3 Chemical
Resistance Test. An applicator that has been trained and certified by the
manufacturer must install all products.
Prior pre-approval is required to determine if the prospective product may be
bid on this project. A product may be rejected as unacceptable should
submittal to Owner not be received a minimum of two (2) weeks prior to bid
date.
5. QUALITY ASSURANCE
A. Applicator shall initiate and enforce quality control procedures consistent with
applicable ASTM, NACE and SSPC standards and the epoxy coating
manufacturer's recommendations.
B. A NACE certified coating inspector ("Inspector") shall be provided by Owner. The
Inspector will observe surface preparation, application and material handling
procedures to ensure adherence to the specifications.
6. STORAGE AND HANDLING
A. Products are to be kept dry, protected from weather and stored under cover.
B. Products are to be stored and handled according to their material safety data
sheets.
7. SITE CONDITIONS
A. Applicator shall conform with all local, state and federal regulations including those
set forth by OSHA , RCRA and the EPA and any other applicable authorities.
8. WARRANTY
A. Applicator shall warrant all work against defects in materials and workmanship for
a period of one (1) year, unless otherwise noted, from the date of final acceptance
of the project. Applicator shall, within a reasonable time after receipt of written
notice thereof, repair defects in materials or workmanship which may develop
during said one (1) year period , and any damage to other work caused by such
defects or the repairing of same , at his own expense and without cost to the
Owner.
PART 2 -PRODUCTS
1. EXISTING PRODUCTS
A. Standard Portland cement or new concrete (not quick setting high strength
cement) must be well cured prior to application of the epoxy coating.
B. Cementitious patching and repair materials should not be used unless proof of
suitability and procedures for topcoating with an epoxy coating are approved by
the epoxy coating manufacturer. Project specific submittals should be provided
including application, cure time and surface preparation procedures which permit
optimum bond strength with the epoxy coating.
C. Remove existing coatings prior to application of the new epoxy coating . Applicator
is to maintain strict adherence to applicable NACE and SSPC recommendations
with regard to proper surface preparation and compatibility with existing coatings.
2. EPOXY COATING MANUFACTURER
A. Raven Lining Systems, Inc., Tulsa, Oklahoma 800-324-2810 or 918-584-2810 or
FAX 918-582-4311.
1012310a ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. Pre-approved equal.
3. REPAIR MATERIALS
A. Repair materials shall be used to fill vo ids, structurally reinforce and/or rebuild
surfaces, etc. as determined necessary by the Owner and epoxy coating
applicator. Repair materials must be compatible with the specified epoxy coating
and shall be applied in accordance with the manufacturer's recommendations.
B. The following products may be accepted and approved as compatible repair
basecoat materials for epoxy topcoating for use within the specifications :
1. 100% solids, solvent-free epoxy grout specifically formulated for epoxy
topcoating compatibility. The epoxy grout manufacturer shall provide
instructions for trowel or spray application and for epoxy topcoating
procedures.
2. Factory blended, rapid setting, high early strength, fiber reinforced, non-
shrink repair mortar that can be trowelled or pneumatically spray applied
may be approved if specifically formulated to be suitable for epoxy
topcoating.
4 . EPOXY COATING
A. Raven Lining Systems' Raven 405 epoxy coating system - a 100% solids , solvent-
free two-component epoxy resin system thixotropic in nature and filled with select
fillers to minimize permeability and provide sag resistance acceptable to these
specifications, shall be applied at 125 mil average thickness.
Product type
Color
Solids Content (vol%)
Mix Ratio
Compressive Strength , psi
Tensile Strength , ps i
Tensile Elongation ,%
Flexural Modulus , psi
Hardness , Type D
Bond Strength -Concrete
Chemical Resistance :
Severe Municipal Sewer:
Successful Pass :
Amine cured epoxy
Light Blue
100
3:1
18 ,000
7,600
1.50
600 ,000
88
> Tensile Strength of Concrete
All types of service
Sanitation District of L.A. County
Coating Evaulation Study
or SSPWC 210 .2.3 .3
5. EPOXY COATING APPLICATION EQUIPMENT
A. Manufacturer approved heated plural component sp ray equip ment shall be used
in the application of the specified epoxy coating .
6. REPAIR MATERIAL SPRAY APPLICATION EQUIPMENT (if spray applied)
A. Spray applied repair materials shall be applied with manufacturer approved
equ ipment.
PART 3 -EX ECUTION
1. ACC EPTABLE APP LI CA TOR S
1012310a ASC-44
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. Repair material applicators shall be trained to properly apply the cementitious
mortar according to manufacturer's recommendations.
B. Epoxy coating must be applied by a Certified Applicator of the epoxy coating
manufacturer and according to manufacturer specifications.
2. EXAMINATION
A. All structures to be coated shall be readily accessible to Applicator.
B. Appropriate actions shall be taken to comply with local, state and federal
regulatory and other applicable agencies with regard to environment, health and
safety .
C. Any active flows shall be dammed, plugged or diverted as required to ensure that
the liquid flow is maintained below the surfaces to be coated. Flows should be
totally plugged and/or diverted when coating the invert. All extraneous flows into
the manhole or vaults at or above the area coated shall be plugged and/or diverted
until the epoxy has set hard to the touch.
D. Installation of the epoxy coating shall not commence until the concrete substrate
has properly cured in accordance with these specifications.
E. Temperature of the surface to be coated should be maintained between 40 deg
F and 120 deg F during application. Prior to and during application, care should
be taken to avoid exposure of direct sunlight or other intense heat source to the
structure being coated.
3. SURFACE PREPARATION
A. Applicator shall inspect all specified surfaces prior to surface preparation.
Applicator shall notify Owner of any noticeable disparity in the surfaces which may
interfere with the proper preparation or application of the repair material and/or
epoxy coating.
B. Applicator shall perform all surface preparation and epoxy coating installation.
C. All contaminants including: oils, grease, incompatible existing coatings, waxes,
form release, curing compounds, efflorescence, sealers, salts , or other
contaminants shall be removed. All concrete or mortar that is not sound or has
been damaged by chemical exposure shall be removed to a sound concrete
surface or replaced.
D. Surface preparation method(s) should be based upon the conditions of the
substrate , service environment and the requirements of the repair materials and/or
epoxy coating to be applied. Surfaces to receive repair materials and/or epoxy
coating shall be cleaned and abraded to produce a sound surface with adequate
profile and porosity to provide a strong bond between the repair materials and/or
epoxy coating and the substrate.
E. Infiltration shall be stopped by using a material which is compatible with the repair
materials and is suitable for topcoating with the epoxy coating.
F. All surfaces should be inspected by the Inspector during and after preparation and
before the repair material is applied .
4. APPLICATION OF REPAIR MATERIALS
A. Areas where structural steel has been exposed or removed shall be repaired in
accordance with the Owner's recommendations.
B. Repair materials shall meet the specifications herein. The materials shall be
trowel or spray applied utilizing proper equipment on to specified surfaces . The
material thickness shall be specified by the Owner according to the projects '
requirements and manufacturer's recommendations.
1012310s ASC-45
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. Cementitious repair materials shall be trowelled to provide a smooth surface with
an average profile equivalent to coarse sandpaper to optimally receive the epoxy
coating. No bugholes or honeycomb surfaces should remain.
D. The repair materials shall be permitted to cure according to manufacturer
recommendations. Curing compounds should not be used unless approved for
compatibility with the specified epoxy coating.
E. After abrasive blast and leak repair is performed, all surfaces shall be inspected
for remaining laitance prior to epoxy coating application. Any evidence of
remaining contamination or laitance shall be removed by additional abrasive blast,
shotblast or other approved method . If repair materials are used, refer to these
specifications for surface preparation . Areas to be coated must also be prepared
in accordance with these specifications after receiving a cementitious repair
material and prior to application of the epoxy coating.
F. All surfaces should be inspected by Inspector during and after preparation and
before the epoxy coating is applied.
5. APPLICATION OF EPOXY COATING
10123/08
A. Application procedures shall conform to the recommendations of the epoxy coating
manufacturer, including material handling, mixing, environmental controls during
application, safety, and spray equipment.
B. The spray equipment shall be specifically designed to accurately ratio and apply
the specified epoxy coating materials and shall be regularly maintained and in
proper working order.
C. The epoxy coating material must be spray applied by a Certified Applicator of the
epoxy coating manufacturer.
D. Specified surfaces shall be coated by spray application of a moisture tolerant,
solvent-free, 100% solids, epoxy coating as further described herein. Spray
application shall be to a minimum wet and dry film thickness as defined below:
F.
G .
Concrete, New/Smooth Manholes: 125 mils average for immersion, 60-80 mils
average for atmospheric, splash and spill
service
Concrete, New/Smooth Lift Stations 125 mils average, thicker coating
Wet Wells or Junction Boxes : may be required based upon prepared
surface profile
Concrete, New/Smooth Deep
Tunnel Shafts or RCP Pipe:
125 mils average, thicker coating
may be required based upon prepared
surface profile.
If necessary , subsequent topcoating or additional coats of the epoxy coating
should occur as soon as the basecoat becomes tack free , but no later than the
recoat window for the specified products. Additional surface preparation
procedures will be required if this recoat window is exceeded .
(Optional) Fiberglass woven-roving fabric may be rolled into the resin or chopped
glass spray applied with the resin for added tensile and flexural strength where
desired . Sloped surfaces of the floor may be made non -skid by broadcasting
aluminum oxide or silica sand into the surface prior to gelation .
ASC-46
PART DA -ADDITIONAL SPECIAL CONDITIONS
H. (Optional) Depending on flow levels and how long flow can be stopped , inverts
may be lined with an approved 100% solids, fast setting epoxy coating.
6. TESTING AND INSPECTION
10123/08
A. During application, Applicator shall regularly perform and record epoxy coating
thickness readings with a wet film thickness gage, such as those available through
Paul N. Gardner Company, Inc. meeting ASTM D4414 -Standard Practice for
Measurement of Wet Film Thickness of Organic Coatings by Notched Gages, to
ensure a monolithic coating and uniform thickness during application. A minimum
of three readings per 200 square foot area shall be recorded. Applicator will
submit all documentation on thickness readings to Inspector on a daily basis when
coating application occurs.
B. Applicator may perform holiday detection on all surfaces coated with the epoxy
coating in the presence of Inspector. After the epoxy coating has set hard to the
touch, surfaces shall first be dried , an induced holiday may then be made on to the
coated concrete surface and shall serve to determine the minimum/maximum
voltage to be used to test the coating for holidays at that particular area. The
spark tester shall be initially set at 100 volts per 1 mil (25 microns) of film thickness
applied but may be adjusted as necessary to detect the induced holiday (refer to
NACE RP0188-99). All detected holidays shall be marked and repaired by
abrading the coating surface with grit disk paper or other hand tooling method.
After abrading and cleaning, additional epoxy coating material can be hand applied
to the repair area . All touch-up/repair procedures shall follow the epoxy coating
manufacturer's recommendations. (Note: This procedure is sometimes difficult or
impossible to perform in tight manhole or vault structures or may provide unreliable
readings when testing coatings applied to concrete .)
C. Upon Owner's request a minimum of 10% of the total structures coated in each
basin and or subdivision may be subjected to random adhesion (bond) testing per
this section. Measurement of bond strength of the epoxy coating to the substrate
may be examined in accordance with ASTM D4541 . Any areas detected to have
inadequate bond strength shall be evaluated by the Owner.
The adhesion (bond) testing shall be conducted by using 3 test dollys per
structure. One test dolly shall be affixed within 2 ft of the bench area/bottom of
structure, one test dolly shall be affixed in the middle of the structures wall area
and the final test dolly shall be affixed within two foot of the top of the chimney
area/top of the structure. Further bond tests may be performed in that area to
determine the extent of potentially deficient bonded area and repairs shall be
made by Applicator in strict accordance with manufacturer's recommendations .
D. (Optional) Manholes coated in their entirety may be vacuum tested. All pipes
entering the manhole should be plugged , taking care to securely place the plug
from being drawn into the manhole. The test head shall be placed and the seal
inflated in accordance with the manufacturer's recommendations. A vacuum pump
of ten (10) inches of mercury shall be drawn and the vacuum pump shut off. With
the valves closed , the time shall be measured for the vacuum to drop to nine (9)
inches. Following are minimum allowable test times for manhole acceptance at
the specified vacuum drop:
DEPTH (FEET) TIME (SECONDS)
ASC-47
PART DA-ADDITIONAL SPECIAL CONDITIONS
48" diameter 60" diameter 72" diameter
4 10 13 16
8 20 26 33
12 30 39 49
16 40 52 67
20 50 65 81
24 59 78 97
Add for 2ft. more depth : 5 6 .66 8
Note: These numbers have been taken from ASTM C 1244-93 (reapproved 2000). Latest standard edition will
govern.
If the manhole fails the initial test, repairs and adjustments necessary due to
extenuating circumstances (ie. pipe joint, liner, plug sealing) should be made.
Retesting shall proceed until a satisfactory test is obtained.
E. A final visual inspection shall be made by the Inspector and Applicator. Any
deficiencies in the finished coating shall be marked and repaired by Applicator
according to the procedures set forth herein.
F. The municipal sewer system may be put back into non-severe operational service
as soon as the final inspection has taken place. Consult epoxy coating
manufacturer for further recommendations.
PART4
1. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot for manholes and
incidental to the Contract Unit Price per Structure 1 and Structure 2, 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 providing corrosion protection on
ceiling and top of exposed pipe on "Typical Sanitary Manhole" (5' diameter), grouting of pipe
seals, bench and trough and manhole walls shall be included in the Contract Unit Price for
each manhole or structure.
DA-133 CUT AND PLUG -OMIT
DA-134 ANTI-FLOATATION PROTECTION -OMIT
DA-135 DEHOLE-EXPLORITORY EXCAVATION
A. GENERAL
1. There are several locations along the project that excavations are required to verify the
location of existing structures or utilities.
8 . WORK
1. Contractor shall use an experienced vacuum excavation company as approved by the City
of Fort Worth. It there is an excavation that the Contractor believes he can complete
10/23/08 ASC-48
PART DA -ADDITIONAL SPECIAL CONDITIONS
without the use of a vacuum exaction machine that prior approval must be obtained from
the City prior to any work.
2. Contractor shall obtain points on the pipe top , and pipe side to verify the location. (two
holes for vacuum excavation)
2. Contractor shall obtain a vertical depth at center line
3. Contractor shall obtain the material type for verification of pipe types
4. City and Consultant must be on site with Contractor for vertical measurements to tie
location and control point. Quality is generally poor without this coordination .
5. Contractor shall submit pictures of pipe and final excavation .
6. Contractor shall submit picture of site.
7. Contractor shall submit a sketch of location with elevations and details about other pipes
and cables in the hole (if any).
8. The Contractor is responsible for any damage to property during this item .
C. PAYMENT
1. This item will be paid by pay item Dehole-Exploratory Excavations.
End of Section .
10/23108 ASC-49
_
Certificate
Insurance
CERTIFICATE OF INSURANCE
TO: CITY OF FORT WOR1H
NAME OF PROJECT:
PROJECT NUMBER :
Hicks Industrial Park Sewer Improvements
Sewer P27S-707170036783
IS TO CERTIFY 1HAT: Wright Construction Co., Inc.
Date~
is, at the date of this certificate, Insured by this Company with respect to the business operations hereinafter described, for
the type of insurance and accordance with provisions of the standard policies used by this Company, and fi.uther hereinafter
described. Exceptions to standard policy noted on reverse side hereof.
TYPE OF INSURANCE
Policy Effective Expires Limits ofLiabilitv
Worker'sC tion
Comprehensive General Bodily lnjwy:
Liability Insurance (Public Ea . Occurrence: S
Liability) Property Damage:
Ea. Occurrence: S
Blastina Ea. Occurrence: S
Collapse of Building or
structures adjacent to Ea . Occurrence: s __
excavations
Damage to Underground
Utilities Ea . Occurrence: $
Builder's Risk
Comprehensive Bodily lnjwy:
Automobile Liability Ea . Person: $
Ea . Occurrence: S
Property Damage:
Ea . Occurrence : $
Bodily Injwy:
Contractual Liability Ea . Occurrence: $
Property Damage:
Ea . Occurrence : $
Other
Locations covered: All operations for the City of Fort Worth
Description of operations covered: Hicks Industrial Park Sewer Improvement§
The above policies either in the body thereof or by appropriate endorsement provided that they may not be changed or
canceled by the insurer in less than five (5) days after the insured has received written notice of such change/or
cancellation.
Where applicable local laws or regulations require more than five (5) days actual notice of change or cancellation to be
assured, the above policies contain such special requirements, either in the body thereof or by appropriate endorsement
thereto attached.
The City, its officers , employees and servants shall be endorsed as an additional insured on Contractor 's insurance policies
excepting employer's liability insurance coverage under Contractor's workers ' compensation insurance policy .
Agency Insurance Co. ________________ _ Fort Worth Agent By _________________ _ Address ______________ ~ Title ----------------
;•
.:
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 forlz?f its employees employed
on City of Fort Worth Project No . S:::S:: .
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
1 _ Before me, the undersigned authority, on this day personally appeared
L..Ct'Vlo,' --, known to me to be the person whose name is subscribed to the
foregoing instru t, and acknowledged to me that he executed the same as the act
and deed of e s , ole.,d for the purposes and
consideration therein expressed and in the capacity therein stated.
Given Under My Hand and Seal of Office this 1 S~y of ~O lO .
Rev 4-15-10
Notary Publ ic in and for the State of
Texas
Bond No . TXC 86320
PERFORMANCE BOND
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (1) Wrieht Construction Co., Inc. as Principal herein, and (2) ____ _
Merchants Bonding Company (Mutual ) a corporation organized under the laws of
the State of (3) Iowa , and who is authorized to issue surety bonds in the State of
Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal
corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of ONE
MILLION SIXTY THREE THOUSAND SIX HUNDRED SEVENTY FOUR DOLLARS AND
. SIXTY CENTS ($1,063,674.60} 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 _day of rJ UL' 2 0 2010 , 20_ a copy of which is attached hereto and made a part
hereof for all purposes, for the construction of:
IDCKS INDUSTRIAL PARK SEWER IMPROVEMENTS
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 instrµment.
SIGNED and SEALED this 14th day of_r._JU_L_· .2_qJ---"~-1_0 __ ___, 20~.
(SE AL)
Witness as to Principal
ATIEST:
Secretary
Wright Construction C ., Inc.
PR INCIPAL
Merchants Bond ing Company (Mutual )
SURETY A ~ /
By: ~Y...JJ..11.,.__
Name: Kathy Sells ,
Attorney in Fact
Address : Box Insurance Agency
1200 S. Main Street, Su ite 1600
Grapevine , TX 76051
Telephone Number: 817-481-3529
--,. --NOTE : (1) Correct name of Principal (Contractor). -~ -.... -(2) Correct name of Surety. -':;
(3) State of incorporation of Surety --,, . --.
.;-.,,.
-" -_,. ..... ,,..
Telephone number of surety must be stated . In addition , an original copy at---. .--.
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.
PAYMENT BOND Bond No . TXC 86320
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL BY THESE PRESENTS:
That we, (I), WRIGHT CONSTRUCTION CO., INC. as Principal herein, and (2) _
Merchants Bonding Company (Mutual)
existing under the laws of the State of(3) __ lo_w_a ___ __,
a corporation organized and
as surety, are held and firmly
bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton
Counties, Texas, Obligee herein, in the amount of ONE MILLION SIXTY THREE THOUSAND
SIX HUNDRED SEVENTY FOUR DOLLARS AND SlXTY CENTS {$1,063,674.60} for the
payment whereof, the said Principal and Surety bind themselves and their heirs, executors,
administrators, successors and assigns, jointly and severally, firmly by these presents :
WHEREAS, the Principal has entered into a certain written contract with the Obligee
dated the __ day of r 20_, which contract is hereby referred to and
made a part hereof as if fully and to the same extent as if copied at length, for the following
project:
IDCKS INDUSTRIAL PARK SEWER IMPROVEMENTS
NOW, THEREFORE, THE CONDITION OF TIIlS OBLIGATION IS SUCH, that if the
said Principal shall faithfully make payment to each and every claimant (as defined in Chapter
2253, Texas Government Code, a~ amended) supplying tabor 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 14th day cf~tTUt-L ... ·2,......0.-_~20rr18trly~----' 20~.
(SE AL)
Wright Construction Co ., Inc .
PRINCIPAL
Address: 601 w. Wall Street
Grapevine , TX 76051
Witness as to Principal
ATTEST:
Secretary
(SE L)
NOTE: (1)
(2)
(3)
Merchants Bonding Company (Mutual)
SURETY
By: ~}J,.J
Name: Kathy Sells ,
Attorney in Fact
Address: Box Insurance Agency
1200 S . Main Street , Suite 1600
Grapevine , TX 76051
Telephone Number: 817-481-3529
--
Correct name of Principal (Contractor).
Correct name of Surety. --State of incorporation of Surety ' .,. . ., -.....
-
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
-... ->' -
The date of bond shall not be prior to date of Contract.
.-....
THE STATE OF TEXAS
COUNTY OF TARRANT
KNOW ALL BY THESE PRESENTS:
§
§
§
MAINTENANCE BOND
Bond No . TXC 86320
That WRIGHT CONSTRUCTION CO ., INC. ("Contractor"), as principal, and, _____ _
Merchants Bonding Company (Mut ual ) a corporation organized under the laws of the State of Iowa
__ , ("Surety"), do hereby acknowledge themselves to be held and bound to pay unto the City of
Fort Worth, a Municipal Corporation chartered by virtue of Constitution and laws of the State of
Texas, ("City") in Tarrant County, Texas, the sum of ONE MILLION SIXTY THREE THOUSAND SIX
HUNDRED SEVENTY FOUR DOLLARS AND SIXTY CENTS {$1,063,674.60}, 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 w ith the City of Fort
Worth, dated the_ of rJU C 2 0 2010, 20_, a copy of which is hereto attached and made a
part hereof, for the performance of the following described public improvements:
HICKS INDUSTRIAL PARK SEWER IMPROVEMENTS
the same being referred to herein and in said contract as the Work. and being designated as project
number(s) SEWER P275-707170036783 and said contract, including all of the specifications ,
conditions, addenda, change orders and written instruments referred to therein as Contract Documents
being incorporated herein and being made a part hereof; and ,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work. that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, sa id Contractor binds itself to maintain said work in good repair and
cond it ion for said term of Two (2) years ; and
WHEREAS, said Contn;i.ctor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the C ity of Fort Worth
Department of Engineering, it be necessary; and,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct sa id Work as herein provided.
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain , repair or reconstruct sa id 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. Other-Nise , th is
Bond shall be and remain in full force and effect, and the C ity shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
Th is obligation shall be a continuing one and successive recoveries may be had he reon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, th is instrument is executed in __ B __ counterparts , each of
which shall be deemed an original , th is 14th day of , A.O. 20_10 __ .
ATTEST: ()AL) ~
Sec ~ · ----=--~~---
ATTEST:
(SE AL)
Secretary
Wright Construction Co ., Inc .
Contractor
By : __ ++-..--'-~--P'---------
Name :-+-H+-~'-f~-1o......__'*-.p,...L----
Title: -1--r-,-;;..::_,_ _ _,___-=---~-
Merchants Bonding Company (Mutua l)
Surety
By ~U!w
Name: Kathy Sells
T itle: Attorney-In-Fact .
1200 S. Ma in Street , Suite 1600 -:..: ·.....-..,.. ----------------~-----. . ./
Grapevine , TX 76051 -
Address -
., -J ... _
MERCHAN~ NATIONS~
BONDING COMPANY BONDING COMPANY
POWER OF ATTORNEY Bo nd No . TXC 86320
KNOW ALL PERSONS BY THESE PRESENTS: That MERCHANTS BONDING COMPAN Y (MUTUAL ) is a corporation duly organized under the
laws of the Sta te of Iowa , and that NATIONS BONDING COMPANY is a corporation duly organized under the laws of the State of Texas
(her ein collectively called the "Companies"), and that the Companies do hereby make , constitute and appoint
Clydene Johnson, Dustin Parker, Kathy Sells and/or Carolyn Lease
of Grapevine and State of Texas their true and lawful Attorney-in-Fact , with full power
and authority hereby conferred in their name , place and stead , to sign , execute , acknow ledge and deliver in their behalf as surety
any and all bonds , undertakings , recogn izances or other written obl ig ations in the nature thereof, subject to the limitati on that any
such instrument shall not exceed the amount of:
TEN MILLION ($10,000,000.00) Dollars
and to bind the Companies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers
of the Companies , and all the acts of said Attorney-in-Fact , pursuant to the authority herein given, are hereby ratified and confirmed .
This Power-of-Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors
of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding
Company on April 19 , 2003 .
"The Chairman of the Board or President or any Vice President or Secretary shall have power and authority to appoint
Attorneys-in-Fact , and to authorize them to execute on behalf of the Company , and attach the Seal of the Company thereto ,
bonds and undertakings , recogn izances, contracts of indemnity and other writings obligatory in the nature thereof.
The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or
Certification thereof authorizing the execution and delivery of any bond , undertaking, recognizance , or other suretyship
obligations of the Company , and such signature and seal when so used shall have the same force and effect as though
manually fixed ."
In Witness Whereof, the Companies have caused this instrument to be signed and sealed this 11th day of February , 2010 . . . . . . . .
··~Dttv•• .· 0 ······· 0·· : ~.·~\\P0,9_/, 0 ..
: C/J .:~ ~·. 0 ! . z -o-. • • :-C ;.S:•
: S·. 2003 .:"/) :
···;/;-·;,; ..... ··~~.:
• • _'V «tt }-.. • •
STATE OF IOWA
COUNTY OF POLK ss.
.......
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
,,~7~
President
On this 11th day of February , 201 O, before me appeared Larry Taylor, to me personally known , who being by me duly sworn did say that
he is President of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals
affixed to the forego ing instrument are the corporate seals of the Companies; and that the said instrument was signed and sealed in
behalf of the Companies by authority of their respective Boards of Directors.
In Testimony Whereof, I have hereunto set my hand and affixed my Official Seal at the City of Des Moines , Iowa , the day and year first
above written.
STATE OF IOWA
COUNTY OF POLK ss .
CINDY SMYTH
Commission Number 173504
My Commission Expires
March 16, 2012
&'1~
Notary Public, Polk County, Iowa
I, William Warner, Jr., Secretary of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY , do hereby certify
that the above and foregoing is a true and correct copy of the POWER-OF-ATIORNEY executed by said Companies , which is
still in full force and effect and has not been amended or revoked .
In Witness Whereof, I ha ve hereunto set my hand and affixed the seal of the Companies on this 14th day of f lz 2010.
-. ••••••• ••••••• rJUL 2 01 _ . • .• ~ o ttv··. • •• ,~G co~·. , • 0 . . ... .. Q • • ~'v ........ ''7,0.
-:-:~~·~(:)\',P0,9_;;).0\ ..-~~-~~~Po11;,).:;_;._ h/ ·//. r?/ ~
--:--• :~ -o-r<'··o· ·"':~ ~·-• h""~ ~~ . ·z·--· . . ....... _ -o-·-· . • . -:.s:• •z · C•3: .. \ S\ 2003 /"I) : : ~··. 1933 / c::: Secretary
• <··. ..·-4 : •• v ··. .··<:::-': ••• /;,, i./ ... 0 l0
~... • :~.:1i~:-...... 'i-:-..~ ••
•• {:t i'. •"I' -ti '•
······· ··········
-'='---
.,..-
NBC 01 -0S (1 /09)
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance agent.
You may call Merchants Bonding Company's toll-free telephone number for information or to make a
complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies , coverages, rights or
complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. 0 . Box 149104
Austin , TX 78714-9104
Fax: (512) 475-1771
Web : http ://www .tdi .state .tx .us
E-mail : ConsumerProtection@tdi.state .tx .us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim
you should contact the agent first. If the dispute is not resolved, you may contact the Texas Department of
Insurance .
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part
or condition of the attached document.
SUP 0032 TX (7/07)
�
�
Part � - Contract
(City of Fort Worth)
�
CI1Y OF FORT WORTH, TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS
COUNTY OFT ARRANT
rJU C2 0 2010
This Contract made and entered into this the _ day of A.O ., 20 , by and between the
CTIY OF FORT WORlH, a home-rule municipal corporation situated in Tarrant, Denton, Parker, and
Wise Counties, Texas, by and through its duly authorized Assistant City Manager, ("Owner"), and
(Contracting Company Name here), ("Contractor") Owner and WRIGHT CONSTRUCTION CO.,
INC, Owner and Contractor may be referred to herein individally as a "Party" or collectively as the
"Parties."
WITNESSETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
mcKS INDUSTRIAL PARK SEWER IMPROVEMENTS
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said ·project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Water Department of the City of Fort Worth adopted by the City Council of the City
of Fort Worth, which Plans and Specifications and Contract Documents are hereto attached and made a
part of this contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Water (Engineering) of
the City of Fort Worth .
4 .
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 180 Calender days .
If the Contractor should fail to complete the work as set forth in the Plans and Spe¢ic..ations..an.d Contract
Documents within the time so stipulated, plus any additional time allowed as P.~-· th .e.neral, l ..,(·--<t, i
CITY SECRE Y~RJ'
FT. WORT H ·, ___ ..,.. _ __..._
Conditions, there shall be deducted from any monies due or which may thereafter become due him, the
sum of $420.00 Per working day, not as a penalty but as liquidated damages, the Contractor and his
Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the
project site for Contractor's sole negligence . In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss, property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not anv such iniury,
damage or death is caused, in whole or in part, bv the negligence or alleged negligence of
Owner, its officers, servants, or emplovees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not anv such iniurv or damage is
caused in whole or in part bv the negligence or alleged negligence of Owner, its officers,
servants or employees..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7 .
The Contractor agrees , upon the execution of this Contractor, and before beginning work, to
make, execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort
Worth in a sum equal to the amount of the Contract. The form of the bond shall be as herein provided
and the surety must first be acceptable to the requirements of the Chapter 2253 of the Texas Government
Code, as Amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be made in
one lump sum . Payment shall not be made for a period of 45 calendar days from the date the work has
been completed and accepted by the Owner.
OFFICIAt. RECORD
CITY SECRETARY
FT. WORTH, TX
B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the
amount of the Contract, solely for the protection of the claimants supplying labor and material in the
prosecution of the work.
C If the Contract amount is in excess of $100,000, a Performance Bond shall be executed,
in the amount of the Contract conditioned on the faithful performance of the work in accordance with the
Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner.
D . A Two-year Maintenance Bond in the naxne 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 DI.!,
shall be ONE MILLION SIXTY THREE THOUSAND SIX HUNDRED SEVENTY FOUR
DOLLARS AND SIXTY CENTS ($1,063,674.60).
9 .
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Owner. Any
request for any sublease or assignment shall be made in writing and submitted to the Director of the
Engineering Department .
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provi sions of the same.
IN WllNESS TIIEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its b ehalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has ex ecuted this instrument through its
duly authorized officers in ~ counterparts with its corporate seal attached.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Done in Fort Worth, Texas, this the_ da ~ 2 0 20 1QA.D .,20 .
:~
DIRECTOR, DEPARTMENT OF
WATER
. &~L\-35 ',
§6Ri:Eact Authe>ri zatioa
~~~-~}~, ......... \....,., __ o _____ _
Bate
CI1Y OF FORT WORTH
FERNANDO COST A, ASST CITY MANAGER
ATTEST :
APPROVED AS TO FORM AND
LEGALITY :
/
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH , TX
�
�
�
�
�
�
�
�
�
�
�
�J
Hicks Industrial Park Sanitary Sewer Improvements
Easement List
Sanitary Sewer Sanitary Sewer
Permanent Temp. Const.
Owner Easement Easement
FHP Partners, L.P. X X
Todd Group, LTD. X X
Joseph Alexander Keyes X X
Caroline Keyes Kelly
Christine Keyes
G:IFW07\0327\Specs\Sewer Improvements\2010-2-17\Easement Summary 113007.docx
Real Property Description
ofa
25-Foot
Permanent Sanitary
Sewer Easement
out of
LotA
Fo~il Park Estates
an addition to the
City of Fort Worth, TX
Being a parcel of land out of Lot A, Fossil Park Estates, an addition to the City of Fort Worth,
Texas as recorded in Cabinet A, Slide 7642, Plat Records, Tarrant County, Texas as conveyed
to F1IP Partners, L.P. by deed recorded in Instrument Number D204097023, Deed Records,
Tarrant County, Texas for the purpose of constructing, operating, and miµntaining a sanitary
sewer system and its appurtenances and being more particularly described as follows:
Beginning at a point in the West line or'said Lot A, and the East line of the Wagley-Robertson
Road right-of-way dedication, per said plat, from which a W' iron rod found in the East line of
said Wagley-Robertson Road right-of-way, for the Northwest comer of said Lot A, and the
Southwest comer of Lot 7, Block 22, said Fossil Park Estates, bears North 00 degrees, 07
minutes, 10 seconds East. 395.78 feet; ·
Thence: departing the common line of said Lot A and said Wagley-Robertson Road
· right-of-way, North 89 degrees, 39 minutes, 17 seconds East, 25 .00 feet;
Thence: South 00 degrees, 07 minutes, 10 seconds East, 330.09 feet;
Thence: North 89 degrees, 52 minutes, 50 seconds East. 563 .91 feet to the Southwesterly line
of an existing 25-foot sanitary sewer easement as conveyed to the City of Fort Worth,
by deed recorded in Volume 14120, Page 76, said Deed Records;
Thence: with the Southwesterly line of said 25-foot sanitary sewer easement, South
44 degrees, 20 minutes, 11 seconds East, 34.88 feet, from which a W' iron rod found
in the Northwesterly line of an existing 160-foot Texas Electric Service Company
Utility Easement, being Lot 23-X, Block 22, Fossil Park Estates, an addition to the
City of Fort Worth as recorded in Cabinet A, Slide 10403, said Plat Records, for the
Southwest comer of Lot 22, said Block 22, said Fossil Park Estates, as recorded in
said Cabinet.A, said Sfi;.de 7642 bears South 44 degrees, 20 minutes. 11 seconds East,
10.06 feet, and North 54 degrees, 08 minutes, 07 seconds East, 46.51 feet;
Thence: South 89 degrees, 52 minutes, 50 seconds West, 613.23 feet to the West line of said
Lot A and the East line of said Wagley-Robertson Road right-of-way;
Thence: with the West line of. said Lot A, and the East line of said Wagley-Robertson Road
right-of-way,. North 00 degrees, 07 minutes, 10 seconds West, 354.99 feet to the place
of beginning and containing 23,277 square feet of land, more or less.
CFW IIlCKS INDU STRIAL I EASEMENT 3 j FOSS IL PARK ESTATES I PSSE
10F2.
Note: Surveyed on the ground October 2009
Note: Bearings are relative to True North obtained from Global Positioning Satellite System
(GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate
System. North Central Zone.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description
included herein and the Map of Survey attached herewith.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(7), ''The cited instruments are not necessarily the current
owners of the subject property, but are the documents containing the descriptions of the
boundaries as surveyed.
February 2. 2010
Date
CFW IDCKS INDUSTRIAL I EASEMENT 3 j FOSSIL PARK ESTATES I PSSE
20F2
w
1 MAP Or SURVEY
SHO'wING A
PROPOSED 25' 'wIDE
PERMANENT SANITARY
SE'wER EASEMENT
OUT OF
. LDT A
FOSSIL PARK ESTATES
AN ADDITIDN
TD THE
CITY OF FORT \/ORTH, TX .
REMAINDER OF
371515 AC TRACT
IIEN.JAMIN THOMAS SURVEY, A-1497
APPARENT O\JNERr TODD GROUP, LTD.
VOL 10768, PG. 1290
D.R., T .C., TX
Ll
L2
L3
L4
EXISTING 25' SANITARY
SEYER EASEMENT ____ _,
VOL 14120, PG. 76
D.R., T.C., TX
N 89"39'17' E 25.00'
S 44 •20'11' E 34.88'
S 44'20'11' E 10.06'
N 54 °08'07' E 46.51'
FOSSIL PARK ESTATES
LOT A
CAB. A, SLIDE 7642
P.R., T.C., TX
FOSSIL PARK ESTATES
BLOCK 22
CAB . A, SUD£ 7642
P.R., T.C., TX
-~--4"'--25.00 FT, >
APPARENT Ow'NER>
F1P PARTNERS, LP.
I NST.Iii 0204097023
D.R. T.C., TX.
:~; N 89°52'50' E 563.91'
:,J :.;;1:: :f\-~~:~~$~4-t[~ ~:~::-:~ -:-r~~;:!"St:;.:-:-~-1~.-~;:=.:;~ ~t;~~~t~~~. ~!-~.~ ":;;:~J"~?;:~~~:r·
613.23'
YAGLEY-ROBERTSON ROAD
R.llV. DEDICATION
DRAWNSY:JSW
A.NA l'ROJECTN0~060(;!0
OWG:
25.00 FT,
Note: SU-""Y6(1 on -ground Sep-2009
160" TESCO EASEMENT
LOT 23X, BU<. 22
f"OSSJL PARK ESTATES
CAB A, SLD. 10403
D.R., T.C., TX
Note: llecrlngs ore relatlve to True North d>atolned.,,..,. Global =:o;,:~ ~11m.sr::: i~ ~~;,_-r,~rcon
Ncrth centra I Zaie.
_, In occcrdanco with -T"""" Bocrd of -.renal Loncl su-voylng
Genera I Rut e& of Prooedurea and .Proct t cee. 663 .19(9 ). thl a "report•
ccnslsta of -lie,, of su-voy lnc ludecl herein and o Reel p,-_,.
Oesa-lptlcn. cttocned her"ewJ"th..
Note: In occcr-with tbe Texas Bccrd of Profe&alonol Lone! SUrveylng
Gonerol Rulee of Proc:ed<rea and Practlcead, 663.19[7). •n.. cl1'6d
l ns'lnlmon'ts cro not ,_._I l y -c:urrerTt ownors of --Joct property, but ore the ~ containi ng the deacrlptlona of the
bounder lea: oa arveyed. "
A A.N.A. CONSULTANTS, LLC.
COPORATE OfflCE tw.1AS OFRCE SET1lll.E: PARCB.3PSSE
111lZ RMR RUN.SUIIE610 3004 FNRMONTSIREET
R:Jlll'WORIH.1EXIIS76102 DAI.JAS.113(A$75ZII --.-.-..u...c. OffiCe {817) 33&-99(1) OFACe 121~ 631-3500 ~ FAX:{817)335-91'55 FAX:C!l,4)631-3S27
TOl'AL SHEEl'S: I
SCAif: l'• IOIT
Real Property Description
ofa
SO-Foot
Temporary Construction Easement
out of
Lot A
Fossil Park Estates
an addition to the
City of Fort Worth, TX
Being a parcel of land out of Lot A. Fossil Park Estates, an addition to the City of Fort Worth.
Texas as recorded in Cabinet A, Slide 7642, Plat Records, Tarrant County, Texas as conveyed
to FHP Partners, L.P. by deed recorded in Instrument Number D204097023, Deed Records,
Tarrant County, Texas for the purpose of constructing a sanitary sewer system and its
appurtenances in the adjacent permanent sanitary sewer easement and being more particularly
descnoed as follows :
Beginning at a point in the West line of said Lot A, and the East line of the Wagley-Robertson
Road right-of-way dedication, per said plat, from which a lh'' iron rod found in the East line of
said Wagley-Robertson Road right-of-way, for the Northwest comer of said Lot A, and the
Southwest comer of Lot 7, Block 22, said Fossil Park Estates, bears North 00 degrees, 07
minutes, IO seconds East, 345.78 feet;
Thence: departing the common line of said Lot A and said Wagley-Robertson Road
right-of-way, North 89 degrees, 39 minutes, 17 seconds East, 75.00 feet;
Thence: South 00 degrees, 07 minutes, 10 seconds East, 330.29 feet;
Thence: North 89 degrees, 52 minutes, 50 seconds East, 465.25 feet to the Southwesterly line
of an existing 25-foot sanitary sewer easement as conveyed to the City of Fort Worth,
by deed recorded in Volume 14120, Page 76, said Deed Records;
Thence: with the Southwesterly line of said 25-foot sanitary sewer easement, South
44 degrees, 20 minutes, 11 seconds East, 69.76 feet, from which a~,, iron rod found
in the Northwesterly line of an existing 160-foot Texas Electric Service Company
Utility Easement, being Lot 23-X. Block 22, Fossil Park Estates, an addition to the
City of Fort Worth as recorded in Cabinet A, Slide 10403, said Plat Records, for the
Southwest comer of Lot 22, said Block 22, Fossil Park Estates, as recorded in said
Cabinet A,.said Slide 7642 bears South 44 degrees, 20 minutes, 11 seconds East,
44.95 feet, and North 54 degrees, 08 minutes, 07 seconds East, 46.51 feet;
Thence: South 89 degrees, 52 minutes, 50 seconds .West, 563.91 feet;
Thence: North 00 degrees, 07 minutes, 10 seconds West, 330.09 feet;
Thence: South 89 degrees, 39 minutes, 17 seconds West, 25.00 feet to the West line of said
Lot A and the East line of said Wagley-Robertson Road right -of-w ay;
CFW IIlC KS INDUSTRIAL I EASEMENT 3 j FOSSIL PARK ESTA TES I T C E
10F2
I
i '
Thence: with the West line of said Lot A and the East line of said Wagley-Robertson Road
right-of-way, North 00 degrees, 07 minutes, 10 seconds West, 50.00 feet to the place
of beginning and containing 1.03 acres of land, more or less.
Note: Surveyed on the ground October 2009
Note: Bearings are relative to True North obtained from Global Positioning Satellite System
(GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate
System, North Central Zone.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(9), this ''Report" consists of the Real Property Description
included herein and the Map of Survey attached herewith.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(7), ''The cited instruments are not necessarily the current
owners of the subject property, but are the documents containing the descriptions of the
boundaries as surveyed.
February 3, 2010
Date
CFW IIlCKS INDUSTRIAL I EASEMENT 3 I FOSSIL PARK ESTATES I TCE
20F2
Lu .
~ ;....
0
b
0
r ebruo.ry 3,
DATE
DRAWN BY: JSW
/VIA PROJECT NO.: 060430
DWG:
u
L2
L3
L4
L5
L6
200
MAP OF SURVEY
SHOIJING A
PROPOSED SO' \r/IDE
TEMPORARY CONSTRUCTION
EASEMENT
OUT DF
LOT A
FOSSIL PARK ESTATES
AN ADDITION
TD THE
CITY OF FORT \{ORTH, TX.
N 89"39'17' E 75.00'
S 44°20'11' E 69.76'
S 44°20'11' E 44.95'
N 54"08'07' E 46.51'
S 8'3•39•17• IJ 25.00'
N 00·01•10-IJ 50.00'
FOSSIL PARK ESTATES
BLOCK 22
CAB. A, SLIDE 7642
P.R., T.C., TX
so.oo F'T. EXIS~~· ~~~~
VOL. 14120, PG. 76
FOSSIL PARK ESTATES
L!JT A
CAB. A, SLIDE 7642
P.R., T.C., TX
APPARENT DIJNER•
FHP PARTNERS. LP.
INST.ii< D2ll4097023
D.R., T .C., TX.
#5500
D.R., T .C., TX
50.00 FT,
Note: Si.rveyed on tha ground Septent,w-2009
160' TESCO EASDIENT
LOT 23X, BU<. 22
FOSSIL PARK ESTATES
CAB A, SLD. 10403
D.R., T.C., TX
Hate: Becrlnga ere ntlotl"" to True North cbotolnod T1'<llll Gl<ll>ol
Pccl'tlcrilno Sotell l'te Syttell IGPSI Dba«'votlona. North _.Icon
Datum. 1983 (NAO '83h Texas State Plane Cocrdlnote System.
Ncrth centro I z.cne.
Note: In -wlfh 'the r._ 8ocnl of Pn>fMelonol Land Surveying
General Rules of ProoedLrea aid Praatrcee. 6'3.19(9>, thl a •t""epcrt•
caw I s'ts of 'the Mc,p Of S<rvey Inc lucled hen> In and o Rao I Pn,perty
DNcrlp'tl on, -horewl'th.
Hole: In OCOTdonce wlfh 'the Te*"' 8ocnl of Professlonol Land Slrveylng
General Rulee of Prcx:eck.rea and Proc'tlcead. 663,1'(7). 'The cited
lna1rUmllnta are not nec:eaa<rl ly the arrem ow,era of 'the stbJeet
prq,erty. but or"'e ftl8 doouPen+s oontalnlno the deacrlptlons of the
bouidarlea .os surveyed.•
A A.N.A. CONSULTANTS, LLC.
COPORAlEOfFICE DAllAS OFflCE SEfllTlE: PARCB. 3 lCE
1702 IIMR RUN. 5IIIE 610 3004 FAIRMONl'SIREET
fORl'WORlll. lEXAS 76102 ~ TBIAS 75:IOI
~ Off!CE:(817)335-9900 OfflCel',lJ,4)631-3/iOO
~ F~ (817) 3SS-995S FM: (21,4) 631-3527
TO!"ALSHESS: 1
I
I
l
,j
I
·1
j
Real Property Description
ofa
25-Foot
Permanent Sanitary
Sewer Easement
out of the remainder
ofa
371.515 Acre Tract of Land
situated in the
Benjamin Thomas Survey, A-1497
Being a parcel of land out of the remainder of all that certain 371.515 acre tract of land situated
in the Benjamin Thomas Survey, Abstract Number 1497, as conveyed to the Todd Group, Ltd.
by deed recorded in Volume 10768, Page 1290, Deed Records, Tarrant County, Texas for the
purpose of constructing, operating and maintaining a sanitary sewer system and its
appurtenances and being more particularly described as follows:
Beginning at a point in the East most West line of said Todd Group tract and the East line of a
47 .924 acre tract of land situated in said Benjamin Thomas Survey as conveyed to Joseph
Alexander Keyes, et al by deed recorded in Instrument Number D:204379579, said Deed
Records, from which an iron pipe found for an angle point in the common line of said Todd
Group tract and said Keyes tract, bears North 02 degrees, 03 minutes, 39 seconds East, 335.61
feet;
Thence: departing the common line of said Todd Group tract and said Keyes tract, South
89 degrees, 56 minutes, 47 seconds East, 243.37 feet;
Thence: North 70 degrees, 49 minutes, 22 seconds East, 298.10 feet; ·
Thence: North 80 degrees, 39 minutes, 51 seconds East, 179.93 feet;
Thence: South 85 degrees, 17 minutes, 34 seconds East, 403.79 feet;
Thence: North 76 degrees, 10 minutes, 45 seconds East, 716.58 feet;
Thence: North 79 degrees, 01 minutes, 43 seconds East, 262.10 feet;
Thence: North 89 degrees, 39 minutes, 17 seconds East, 431.05 feet;
Thence: South 64 degrees, 32 minutes, 19 seconds East, 425.92 feet;
Thence: North 38 degrees, 37 minutes, 17 seconds East, 224.87 feet;
Thence: South 56 degrees, 52 minutes, 07 seconds East, 289.71 feet;
Thence: South 82 degrees, 41 minutes, 43 seconds East, 323~78 feet;
CFW IDCKS INDUSTRIAL I EASEMENT 21 TODD GROUP, LTD TRACT I PSSE
10F3
Thence: North 89 degrees, 39 minutes, 17 seconds East, 549 .84 feet to the East line of said
Todd Group tract and the West line of a right-of-way dedication for Wagley-
Robertson Road as shown on the plat of Fossil Park Estates, an addition to the City of
Fort Worth as recorded in Cabinet A, Slide 7642, Plat Records, Tarrant County,
Texas;
Thence: with the East line of said Todd Group tract and the West line of said right-of-way
dedication, South 00 degrees, 05 minutes, 23 seconds West, 25.00 feet;
Thence: departing the East line of said Todd Group tract and the West line of said right-of-way
dedication, South 89 degrees, 39 minutes, 17 seconds West, 551.33 feet;
Thence: North 82 degrees, 41 minutes, 43 seconds West, 331.18 feet;
Thence: North 56 degrees, 52 minutes, 07 seconds West, 272.73 feet;
Thence: South 38 degrees, 37 minutes, 17 seconds West, 221.98 feet;
Thence: North 64 degrees, 32 minutes, 19 seconds West, 440.02 feet;
Thence: South 89 degrees, 39 minutes, 17 seconds West, 423.00 feet;
Thence: South 79 degrees, 01 minutes, 43 seconds West, 259.16 feet;
Thence: South 76 degrees, 10 minutes, 45 seconds West, 720.04 feet;
Thence: North 85 degrees, 17 minutes, 34 seconds West, 404.79 feet;
Thence: South 80 degrees, 39 minutes, 51 seconds West, 174.70 feet;
Thence: South 70 degrees, 49 minutes, 22 seconds West, 300.18 feet;
Thence: North 89 degrees, 56 minutes, 47 seconds West, 246.69 feet to the East most West line
of said Todd Group tract and the East line of said Keyes tract, from which a P.K. nail
in concrete found for an angle point in the South most Northeasterly line of said Todd
Group tract and the South line of said Keyes tract bears South 02 degrees, 03 minutes,
39 seconds East, 55.89 feet and North 77 degrees ; 03 minutes, 17 seconds West,
264.10 feet;
Thence: with the common line of said Todd Group tract and said Keyes tract, North 02 degrees,
03 minutes, 39 seconds West, 25.02 feet to the place· of beginning and containing 2.49
acres of land, more or less.
CFW HICKS INDUSTRIAL I EASEMENT 2 j TODD GROUP, LTD TRACT I PSSE
20F3
Note: Surveyed on the growtd October 2009
Note: Bearings are relative to True North obtained from Global Positioning Satellite System
(GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate
System, North Central Zone.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(9), this ''Report'' consists of the Real Property Description
included herein and the Map of Survey attached herewith.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(7), ''The cited instruments are not necessarily the current
owners of the subject property, but are the documents containing the descriptions of the
boundaries as surveyed.
January 28, 2010
Date
CFW mcKS INDUSTRIAL I EASEMENT 21 TODD GROUP, LTD TRACT I PSSE
30F3
NOTTOSCALE
MAP OF SURVEY
SHO\o/ING A
PROPOSED 25' \./IDE
PERMANENT SANITARY
SEVER EASEMENT
OUT OF A
371,515 AC TRACT OF LAND
SITUATED IN THE
BENJAMIN THOMAS SURVEY
A-1497
PRDPOSED 25' \IIDE PERMANENT
rassn. PARK ESTATES
CAB, A, SLIDE 7642
PR., T .C., TX
SANITARY SE\IER EASEMENT -------TOTAL M£N 2.49 /11:..
REHAINDE:R IJf"
371.515 AC. TRACT
25.00 FT,
BEN.JAMIN THOMAS SURVEY, A-1497
APPARENT IJIJNER• TODD GROUP, LTD,
VOL 10768, PG. 1290
D.R., T,C.. TX
47,924 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT O'wNERSi
JOSEPH AL£XANDER KEYES
CARILD£ KEYES KELLEY I.
CtRISTINE KEYES
INSTRUMENT ID20'437957'9
D.R .. T.C., TX
DRAWN BY: JSW
t>,t.re 01-26-2010
..A. A.N.A. CONSULTANlS, LLC.
. COl'ORATEOfflCE ~ OfflCE
17D2RMRRUN. SUTl:610 3004 FAl!MONrSIREET
FORTWORTH. lEXAS 76102 DAUAS. lEXAS 7S201 __ ......,. OfRCe (817) 335-9900 OfACI': 1214) 631~
~ F/IX: (817) 335-99SS FAX: 1214) 631-3527
8,77 AC. TRACT
BENJAMIN THOMAS
SURVEY, A-1497
• APPARENT OWNER>
DNCOR ELECTRIC
DEUV£RY en LLC.
PER T.A.D. RECORDS
3 .80 AC. TRACT
BEN.JAMIN THOMAS
SURvtY, A-1497
• APPARENT 0\/NERt
HICKS F1ELD SE\JER CORP,
PER TAD. R£CDR0S
SfT ll!lE: PAACS. 2 PSSE
IRON PIPE
FND. FtR
PROPERTY
CORNER
lll!AWNBY:JSW
25.00 FT,
REMAINDER or
371.515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT 01.'NER> TODD GROUP , LTD.
VCL 10768, PG. 1290
L4 N 02'03'39' I,' 25.02 '
LS S 02"03'39' E 55.89'
LG N 77"03'17' I.' 264.ID'
N 02"03'39* V
47,924 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT O\INERSJ
JOSEPH ALEXANDER KEYES
CAROLINE KEYES KEU-EY &
CHRISTINE KEYES
INSTRUMENT #D2D4379579
D,R., T.C., TX
DR., T.C., TX
L4
P.O.B.
PK NAIL IN
CONCRETE Fllll,
A A.N.A. CONSULTANTS. LLC.
COl'ClRAJE a'flCE DAUAS OFflCE
1102 RMR Rm. SUll:610 3004 FAl!MONf SlREH
FORTWORIH. lEXAS 76102 DAI.I.AS. TEXAS 7Sl01
_........ OfflCf: 1817) 33S-9!'00 OfflCE: (214) 631-3.'ilO
~ FAX: 1817) 335-9955 FAX: (2UI 631-3527
SHEBHOc 2
TOTALSHEEIS: 5
SCALE: 1· = l(IO'
REMAINDER Of
371.515 AC TRACT
BENJAMIN THOHAS SURVEY, A-14'37
APPARENT D'wNER• TODD GROUP, LTD.
VOL. 10769, PG. 1290
D.R., T .C., TX
4
MATCHLIN£ SHEET 2
DRAWN BY: JSW
A A.N.A. CONSULTANlS, LLC.
COl'ORAlEOffiCE twJAS CllJlCI:
DAlE: 01-::l&-2ll1D
A.NA Pl!OJECr NO.:~
DWG:
1702 R1V8! RUN, SIJlE ,10 3004 FA!RMONl' SIRIB
FORTWOlllll.1BCA$ 76102 CAUAS. 1ECAS 752111
__ ........ OfflCf: 1817} 335-9900 CJfRa: (21-IJ 631-3li00
~ FAX:(8tn33S-9955 FAX:(21"1631-3527
SHl:ErNOc 3
DAAWNlll':JSW
OAJE: Ol-2MD10
L1 S 56"52'07' E 289.71'
L3 N 56.52'07' 'J 72.73
REMAINDER OF
371.515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT 01.IN(Ri TODD GROUP, LTD.
VOL. 10768, PG. 1290
D.R., T .C., TX .
S 79°01' 43" V
25'J.16'
...t.. A.N.A. CONSULTANTS, LLC.
COl'ORATE OfACE OAllAS OffiCI:
17112 RIVE!! RUH. SIJ!Ull> 3ll04 FNIIMONTS1Rfl:I'
FORf WORIH. TEXAS 76la/. EWlAS. TEXAS 7S201 -u.c. OfFIC!:: (!117) 335-9'/00 OFACE: (7MI 631-3&IO ~ FAX:(!117)335-9955 FM.!(2Ul631.,'!527
SEl"llll.E: PARCB. 2 PSSE
TOTIIL SHEETS: 5
FOSSIL PARK ESTATE:S
CAB. A, SLIDE 7642
P.R., T.C~ TX
1· = 100'
~ o 50 100 200
REMAINDER OF
371.515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT 0\/NER, TODD GROUP, LTD.
VCL 10768, PG. 1290
OR., T .C,, TX
I L2 I S 00•05•23• V I 25.00' j
.. No deed recc:rd Tno lnformatl ... per TAD
NOTO: Slrv-,.od en the Qro.Jnd Septaobor 2009
VAGLEY-ROBERTSDN ROAD
DEDICATION <PER PLAD
Mote: Bec:rrnoa ere relatrve to True Herth cbotolned fran Global
=~~~ ~=IJ~r;.st:= ;~ ~o:;z:~=:loon
North Centro I Zeno.
Note: In occcrdanco with tho Texas Board Of Profee•lonol La,d S,rw,yJno
General Rulo• Of Prcceo.ree and Prac1-tces. 51.1.19191. 'tl'lts "report•
oa,s Jata Of the IIClp Of SUrYey Included herein ond o Real Property
Oe0<:rlp-ttcn. crttoc:he4 -Ith.
Note: In oc,ocrdonQe wt'tl'I tt. T...,,. Bocrd Of ~lonol Land Slrveylno
C--01 RUie, Of Pr"'""*'-and Prac1"1cesd, 663.19111. "The cited
tnriruanta on, not ,_..,,.11y the arrent o,,nen, Of the at.C>Jeot
prcparfy, but ans the clDCUftOntG oontotnrno the doscrlp-ttcn& Of the t,ou,c:lar'lea os arveyed.•
.Jo.nuo.ry 28, 2010
DATE
ORAWNBY:JSW ..&. A.N.A. CONSULTANTS, LLC.
COPORl.tE OfflCE DAIL\S OlflCE
z
1702 RIVER RUN. stllE 610 31114 FAIIIMONI SIREET
FORl'WORlff. lEXAS 76102 ~ TEXAS 75201 --u..c. Off1Cf:(817)3$-9ffl> OFACe(ZMl631-3500 ~ FAX: [817)335ffl5 FAX:C21-4)631.a527 SCAle 1· • 100'
I
Real Property Description
ofa
SO-Foot
Temporary Construction
Easement
outoftbe
remainder of a
371.515 Acre Tract of Land
situated in the
Benjamin Thomas Survey, A-1497
Being a parcel of land out of the remainder of all that certain 371.515 acre tract ·of land situated
in the Benjamin Thomas Survey, Abstract Number 1497, as conveyed to the Todd Group, Ltd.
by deed recorded in Volume 10738, Page 1290, Deed Records, Tarrant County, Texas for the
purpose of constructing a sanitary sewer system and its appurtenances in the adjacent
permanent sanitary sewer easement and being more particularly descnl>ed as follows:
Beginning at a point in the East most West line of said Todd Group tract and the West line of a
47 .924 acre tract of land, situated in said Thomas Survey as conveyed to Joseph Alexander
Keyes, et al, by deed recorded in Instrument Number D204379579, said Deed Records, from
which an iron pipe found for an angle point in the common line of said Todd Group tract and
said Keyes tract bears North 02 degrees, 03 minutes, 39 seconds West, 285.57 feet;
Thence: departing the common line of said Todd Group tract and said Keyes tract, South
89 degrees, 56 minutes, 47 seconds East, '236.75 feet;
Thence: North 70 degrees, 49 minutes, 22 seconds East, 293.93 feet;
Thence: North 80 degrees, 39 minutes, 51 seconds East, 190.39 feet;
Thence: South 85 degrees, 17 minutes, 34 seconds East, 401.79 feet;
Thence: North 76 degrees, 10 minutes, 45 seconds East, 709.67 feet;
Thence: North 79 degrees, 01 minutes, 43 seconds East, 268.00 feet;
Thence: North 89 degrees, 39 minutes, 17 seconds East, 447.15 feet;
Thence: South 64 degrees, 32 minutes, 19 seconds East, 397.71 feet;
Thence: North 38 degrees, 37 minutes, 17 seconds East, '230.63 feet;
Thence: South 56 degrees, 52 minutes, 07 seconds East, 323 .67 feet;
Throce: South 82 degrees, 41 minutes, 43 seconds East, 308.97 feet;
CFW IIlCKS INDUSTRIAL I EASEMENT 2 j TODD GROUP, LTD TRACT I TCE
1 OF3
Thence: North 89 degrees, 39 minutes, 17 seconds East, 546.89 feet to the East line of said
Todd Group tract and the West line of a right-of-way dedication for Wagley-
Robertson Road as shown on the plat of Fossil Park Estates, an addition to the City of
Fort Worth as recorded in Cabinet A. Slide 7642, Plat Records, Tarrant County,
Texas;
Thence: with the East line. of said Todd Group tract and the West line of said right-of-way
dedication, South 00 degrees, 05 minutes, 23 seconds West, 50.00 feet;
Thence: departing the East line of said Todd Group tract and the West line of said right-of-way
dedication, South 89 degrees, 39 minutes, 17 seconds West, 549.85 feet;
Thence: North 89 degrees, 41 minutes, 43 seconds West, 323.78 feet;
Thence: North 56 degrees, 52 minutes, 07 seconds West, 289.71 feet;
Thence: South 38 degrees, 37 minutes, 17 seconds West, 224.87 feet;
Thence: North 64 degrees, 32 minutes, 19 seconds West, 425.92 feet;
Thence: South 89 degrees, 39 minutes, 17 seconds West, 431.05 feet;
Thence: South 79 degrees, 01 minutes, 43 seconds West, 262.10 feet ;
Thence: South 76 degrees, 10 minutes, 45 seconds West, 716.58 feet;
Thence: North 89 degrees, 17 minutes, 34 seconds West, 403 .79 feet;
.Thence: South 80 degrees, 39 minutes, 51 seconds West, 179.93 feet;
Thence: South 70 degrees, 49 minutes, 22 seconds West, 298.10 feet;
Thence: North 89 degrees, 56 minutes, 47 seconds West, 243.37 feet to the East most West line
of said Todd Group tract and the East line of said Keyes tract, from which a P.K. nail
in concrete found for an angle point in the South most Northeasterly line of said Todd
Group tract and the South line of said Keyes tract bears South 02 degrees, 03 minutes,
39 seconds East, 80.91 feet and North 77 degrees, 03 minutes, 17 seconds West,
264.10 feet;
Thence: with the common line of said Todd Group tract and said Keyes tract, North 02 degrees,
03 minutes, 39 seconds West, 50.03 feet to the place of beginning and containing 4.99
acres of land, more or less.
CFW IIlCKS INDUSTRIAL I EASEMENT 2 j TODD GROUP, LID TRACT I TCE
20F3
Note: Surveyed on the ground October 2009
Note: Bearings are relative to True North obtained from Global Positioning Satellite System
(GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate
System, North Central Zone.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(9), this "Report" consists of the Real Property Description
included herein and the Map of Survey attached herewith.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663 .19(7), "The cited instruments are not necessarily the current
owners of the subject property, but are the documents containing the descriptions of the
boundaries as surveyed.
January 28, 2010
Date
CFW IDCKS INDUSTRIAL I EASEMENT 21 TODD GROUP, LTD TRACT I TCE
30F3
NOTTO SCALE
MAP DF SURVEY
SHD'w!NG A
PROPOSED 50' \IIDE
TEMPORARY CONSTRUCTION
EASEMENT
OUT CF A
371,515 AC TRACT DF LAND
SITUATED IN THE
BENJAMIN THOMAS SURVEY
F'OSSIL PARK ESTATES
CAB. A, SLIDE 7642
PR., T.C •• TX
A-1497 ~ c
~~
J'~e')" .s
PRDPOSED 50' 'JlDE TDl'IJRARY
CONSTRUCTIIJH EASOENT ------Hi
TOTAL AA£h 4.99 AC
REMAINDER OF
371.515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1-497
APPARENT O'wNER> TODD GROUP, LTD.
VOL. 10768, PG. I.Z'30
D.R., T .C., TX
47.9c4 AC TRACT
BENJAMIN lliOMAS SURVEY, A-1497
APPARENT O\JNERSI
JOSEPH ALEXANDER KEYES
CAROLINE KEYES KELLEY L
CHRISTINE KEYES
INSTRUMENT ~D204379579
D.R .. T.C .. TX
DRAWN BY:~
DATE: 01..28-2010
A.NA PROJECTNOc -
DWG:
MA TCHLINE ~ET 3
IRON PIPE nro. FCR
PROPERTY
CtRNER
50.00 FT.
':
8.77 AC TRAC:T
BENJAM!N THOMAS
SURVEY. A-1497
• APPARENT OYNER>
ONCOR ELEC:TRIC:
DELIVERY CO. LLC:.
PER TAD. RECORDS
3.80 AC TRACT
BENJAMIN THOMAS
SURVEY, A-1497
• APPARENT OYNERi
HICKS FrELD SE\IER CORP.
PER T .A.D. REc:oRDS
SETllllE: PARCB. 2 TCE
SHEET NO~ 1
TOTAL SHEE1S: 5
SCA1e NOTTO SCALE
REMAINDER Of'
371,515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT Cl'wNERi TODD GROUP, LTD.
VCL 10768, PG. 1290
D.R., T.C., TX
IRON PIPE nm. FDR
PROPERTY
L 4 N 02"03'39' ',I 50.03'
LS S 02·03'39' E 80. 91'
L6 N 77"03'17' ',I 264.10' FENCE POST FND.
FOR PROPERTY
CORER CORNER
CRAWN Br. JSW = 01-2&-ZllO
N 0~•39• 'J L5
47.924 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT 01,/NERS •
JOSEPH ALEXANDER KEYES
CAROLINE KEYES KELLEY &
CHRISTINE KEYES
INSTRUMENT #D2~379579
D.R., T.C., TX
P.o.B.
.6. A.N.A. CONSULTANJS, LLC.
COPORAlE OFRCE DAl1AS OFRCE
1702 RIVER RUN. SUlE 610 3004 FAIRMONT S1REH
FORTWORIH. TEXAS 76102 CWlAS, TEXAS 752)1
A.NA PROJECT NO~ 060430
DWG<
~ OF!lCE: (817) 335-9900 OfffCe (214) 631-3500
" ~ FAX: f8in 33S-995S FAX: (214) 631-3527
58"111U:: PARCEi. 2 TCE
TOTALSHEB'S:S
SCAI.E: 1· ~ 100
j
i
I ·I
.i
I
RDIAINDER CF
371..515 AC TRACT
BENJAMIN Tf01AS SURVEY, A-1497
APPARENT O',/NER1 TODD GROUP, LTD.
VDL. 10768, PG. 1290
D.R., T .C., TX
LJ . -..,. 0\ I') ,._. s~
Tlr)
CD
"
~ . ..,..
{'>~
!:::C'? • 0 w,..,.
CD
z
DRAWN BY: JSW
.A. A.N.A. CONSULTANTS, LLC.
COPORA!E OF!lCE D,t,UJ,S OFflCE
DAIE:01-:11110
A.NA PROJECT NO; 060(3()
DWG:
ll'!l2 RIVER RUN. 5tJl1E 610 3004 FAIIMONT SlR!E'
FORTWORIH;!SU\$76102 ~ !EXAS781!11 -.T--. .......,_ OFFICE: 18m 335-9900 ofllCE: 12u1 631-3500 ~ FAX!(817)33&-9955 FAX:(214)631-3527
SET11lle PARCS. 2 'ICE
SHEErN0;3 •
TOTAL S!£EJ5: 5
SCALE: 1"= 100'
LI S S6•:sc•o7• E 3.67
L3 N 56•5e-07• IJ 289.71'
·~
r,: ... ...
w
~
(I\
I')
0\
ID
z
N 79•01• 43• E:
268.IJD' ----ot
MTE: 01-28-2010
A.NA PRO..ecTNO; 060430
OWG:
W>
0
~ ....
>
~
(I\
I')
i,,
ID ...,
REMAINDER OF
371.515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT OIINER• TODD GROUP. LTD.
VOL 107&8, PG. 1290
D.R., T.C., TX
S 79°01'43' V
262.10'
SErTITlE: PARCS.2 TCE
SHEETN0;,4
TOTAL SHEETS: 5
SCALE: I"= 100'
YAGLEY-ROBERTSON ROAD
DEDICATION <PER PLAT)
REHAfNDER OF
371.515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
APPARENT INNER> TODD GROUP, LTD.
VOL. 10768, PG. 12'JO
D.R., T .C., TX
I L2 Is oo-os'23' v J so.00' 1
a: No deed reca-dlno fr,-fa,notlcn per TAO
Note: 5..-veyed on 1tie gram Sept...,.,. 2009
Note: Beorinos ore relattve TO True Herth cbotofned fran Global
Posltraiino Satel I fto S:,.a-tetn lGPS> Ob$ervotlons, North Anmrfcan oatun. 19B3 CHAD '83). Te>cos Stote Plane Cocrdfnot• S)'.a.tllffl.
North Central Zone.
Note: In~ with tho Texos Bocrct of Profeaefonot Land SurveyTng
General Rules of Prococ;k,reg ono Proatfces. 663.19t!t). Thte "repcr-t'
ca,efsts: of the Mop of Sirwy tnoluded heretn end o Real Prq:,erty
Oeacrlp·tra,, ottoc:hed hereWf th.
Note: In occon:sance wt-th the Tex:os: Boord of Professfonol tond Slrveylng
General Rules of Proced.ree and Proct-lcud. 663,19(7>. •ll'l& cited
s.
Jo.nuo.ry 28,
DA TE:
DRAWN BY: JSW
DATE: 01-2&-2010
A.NA PROJECT WO a 060430
DWG:
"' ID
'° ii';
....
~
:-'
11'
"' °' CD
z
DAl1AS OFRCE
3004 FAIRMONl'smfEI
DAU.AS. lcXAS 752!ll
Off!Ce 1214) 631-3500
• FAX: ('.1.14) 631-3527
FOSSIL PARK ESTATES.-
CAB. A, SLIDE: 7642
P.Rr T.C., TX
W)
II?
11' ;,;
> .
~
11'
"' °' ID
I,')
SETllllE!PARCB.2TCE
SHB3'N0o 5
TOTAL SHEBS: 5
SCAlE: 1"• 100
Real Property Description
ofa
50-Foot
Temporary Construction
Easement
out of a
47.924 Acre Tract of Land
situated in the
Benjamin Thomas Survey, A-1497
Being a parcel of land out of all that certain 47 .924 acre tract of land situated in the Benjamin
Thomas Survey, Abstract Nmnber 1497, as conveyed to Joseph Alexander Keyes, Caroline
Keyes Kelly and Christine Keyes by deed recorded in Instrument Number D204379579, Deed
Records, Tarrant County, Texas for the pmpose of constructing, operating and maintaining a
sanitary sewer system and its appurtenances in the adjacent permanent sanitary sewer easement
and being more particularly described as follows:
Beginning at a point in the East most West line of said Keyes tract and the East most East line
of Lot 1, Block 1, Saginaw Compressor Site, an addition to the City of Fort Worth as recorded
in Instrument Nwnber D209103109, said Deed Records, from which an iron pipe found in the
South most Northeasterly line of the remainder of a 371.515 acre tract of land situated in said
Thomas Survey as conveyed to the Todd Group by deed recorded in Volume 10768, Page
1290, said Deed Records, for the South most Southwest comer of said Keyes tract and the
South most Southeast comer of said Lot 1 bears South 00 degrees, 19 minutes , 52 seconds
East, 23 .17 feet;
Thence: with the common line of said Keyes tract and said Lot 1, North 00 degrees ,
19 minutes, 52 seconds West, 57.93 feet;
Thence: departing the common line of said Keyes tract and said Lot 1, South 59 degrees,
59 minutes , 27 seconds East, 274.47 feet;
Thence: South 89 degrees, 56 minutes, 47 seconds East, 237.23 feet to the East most East line
of said Keyes tract and the East most West line of said Todd Group tract;
Thence: with the common line of said Keyes tract and said Todd Group tract, South 02 degrees,
03 minutes, 39 seconds East, 50.03 feet;
Thence: departing the common line of said Keyes tract and said Todd Group tract, North
89 degrees, 56 minutes, 47 seconds West, 252.45 feet from which a P.K . nail in
concrete found for an angle point in the South line of said Keyes tract and the South
most Northeasterly line of said Todd Group tract bears South 05 degrees, 16 minutes ,
36 seconds West, 22.02 feet;
Thence: North 59 degrees, 59 minutes, 27 seconds West, 258.58 feet to the place of beginning
and containing 25,566 square feet of land, more or less.
CFW IIlCKS INDU STRIAL I EASEMENT 1 j KEYES T RACT I TCE
10F2
Note: Surveyed on the ground October 2009
Note: Bearings are relative to True North obtained from Global Positioning Satellite System
(GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate
System, North Central Zone.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(9), this ''Report" consists of the Real Property Description
included herein and the Map of Survey attached herewith.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current
owners of the subject property, but are the documents containing the descriptions of the
bmmdaries as surveyed.
January 25, 2010
Date
CFW HICKS INDUSTRIAL I EASEMENT 11 KEYES TRACT I TCE
20F2
I
·:
!
0
t" • W ;====--=
30 60 120
MAP OF SURVEY
SHO\r/ING A
PROPOSED 50' \r/IDE
TEMPORARY CONSTRUCTION
EASEMENT
OUT OF A
47.924 AC TRACT OF LAND
SITUATED IN THE
BENJAMIN THOMAS SURVEY
A-1497
PROPOSED 50' TEMPORARY
CONSTRUCTION EASEMENT
TOTAL AREAi 25,566 SQ. FT.
47.924 AC TRACT
BEN.JAMIN THOMAS SURVEY, A-1497
OIJNER•
.JOSEPH ALEXANDER KEYES
CAROLINE KEYES KELLEY~
CHRISTINE KEYES
INSTRUMENT #D204379579
D.R ., T.C., TX
L1 S 00•19•52• E 23.17'
L2 N oo•t9'52' \J 57.93'
L3 S 02•03•39• E 50 .03'
L4 s 05•16'3&' v 22.0 2'
LOT 1, BLOCK 1
SAGINAw' COMPRESSOR SITE
INSTRUMENT #D209103109
D.R., T.C ., TX
M
(\J ,...:
(")
(\J
w
REMAINDER OF
371.515 AC TRACT
BEN.JAMIN THOMAS SURVEY, A-1497
Ow'NER• TODD GROUP , LTD.
VOL. 10768, PG. 1290
D.R ., T.C., TX
L4
s.
PK NAIL IN
CONCRETE F'ND.
Jo.nuo.ry 25, 2010
DATE
#5500
Surveyed on the ground SeptSl!'ber 2009
Bearings ore relative to True North obatained fran Global
Posli'ionlno Satel I i'te Sysi'em I GPS l Observations, North Amer Icon
Datun, 1983 !NAD '831, Texas State Plane Coordinate System,
North Central Zone.
Note: In accordance with the Texas Board of Profess lonol Land Surveying
General Rules of Procedures ond Practices, 663. 1919 l, this 'report•
ccoslsi's of the Map of SUrve)' lnch.Jded herein and a Real P.roperty
Descr i ption, attached herewith.
Note: I n occordonce with the Texas Boord of Professicnal Land Surveying
General Rules of Procedures and Practlcesd, 663,1917>, "The c i ted
l nstrunents are not necessarily the current owners of the Slbject
property, but are the documents contain i ng the descriptions of t he
boundaries as surve)'ed.*
DRAWN BY: .JSW A A.N.A. CONSULTANTS, Ll.C. ·
COPORATE Off1CE DAUAS OFFICE SET TITlE: P ARCR 1 PSSE
DATE: 01-25-2010
ANA PROJECT NO.: 060430
DWG:
1702 RIVER RUN. SlJTE 610 3004 FAIRMONT STREET
FORTWORTH. TEXAS76102 DAUAS, TEXAS 75201
~TAHTS,U..C. OFRCE: {Btn 335-9900 OFRCE: {214) 631-3500 ~ FAX: (817) 335-9955 FAX: (214) 631-3527
SHEEl'NO.: I
TOTAL SHEETS: 1
SCALE: 1· = 60'
;
!
I
·!
·1
Real Property Description
ofa
Variable Width
PennanentSanitary
Sewer Easement
out of a
47.924 Acre Tract of Land
situated in the
Benjamin Thomas Survey, A-1497
Being a parcel of land out of all that certain 47 .924 acre tract of land situated in the Benjamin
Thomas Survey, Abstract Number 1497, as conveyed to Joseph Alexander Keyes, Caroline
Keyes Kelly and Christine Keyes by deed recorded in Instrument Number D204379579, Deed
Records, Tarrant County, Texas for the purpose of constructing, operating and maintaining a
sanitary sewer system and its appurtenances and being more particularly described as follows:
Beginning at an iron pipe found in the South most Northeasterly line of the remainder of a
371.515 acre tract ofland situated in said Thomas Survey as conveyed to the Todd Group by
deed recorded in Volume 10768, Page 1290, said Deed Records, for the South most Southwest
corner o( said Keyes tract and the South most Southeast comer of Lot 1, Block 1, Saginaw
Compressor Site, an addition to the City of Fort Worth as recorded in Instrument Number
D209103109, said Deed Records;
Thence: with the common line of said Keyes tract and said Lot l, North 00 degrees,
19 minutes, 52 seconds West, 23.17 feet;
Thence: departing the common line of said Keyes tract and said Lot l, South 59 degrees,
59 minutes, 27.seconds East, 258.58 feet;
Thence: South 89 degrees, 56 minutes, 47 seconds East, 252.45 feet to the East line of said
Keyes tract and the East most West line of said Todd Group tract;
Thence: with the common line of said Keyes tract and said Todd Group tract, South 02 degrees,
03 minutes, 39 seconds East, 25.02 feet;
Thence: departing the common line of said Keyes tract and said Todd Group tract, North
89 degrees, 56 minutes, 47 seconds West, 241.96 feet to the South most Southwesterly
line of said Keyes tract and the Northeasterly line of said Todd Group tract;
Thence: with the common line of said Keyes tract and said Todd Group tract, North 77 degrees,
04 minutes, 09 seconds West, 13 .76 feet; ·
Thence: continuing with the common line of said Keyes tract and said Todd Group tract, North
59 degrees, 59 minutes, 27 seconds West, 256.10 feet to the place of beginning and
containing 11,479 square feet of land, more or less .
CFW lilCKS INDUSTRIAL I EASEMENT 1 j KEYES TRACT I PSSE
10F2
I
I
Note: Surveyed on the ground October 2009
Note: Bearings are relative to True North obtained from Global Positioning Satellite System
(GPS) Observations, North American Datum 1983 (NAD '83), Texas State Plane Coordinate
System, North Central Zone.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663 .19(9). this ''Report'' consists of the Real Property Description
included herein and the Map of Survey attac.hed herewith.
Note: In accordance with the Texas Board of Professional Land Surveying General Rules of
Procedures and Practices, 663.19(7), "The cited instruments are not necessarily the current
owners of the subject property. but are the documents containing the descriptions of the
boundaries as surveyed.
January 25, 2010
Date
CFW IDCKS INDUSTRIAL I EASEMENT 1 I KEYES TRACT I PSSE
20F2
0 30
L1
L2
L3
, ... 60'
60 120
MAP OF' SURVEY
SHOWING A
PROPOSED VARIABLE
WIDTH PERMANENT
SANITARY SEWER EASEMENT
OUT OF A
47.924 AC TRACT OF LAND
SITUATED IN THE
BENJAMIN THOMAS SURVEY
A-1497
N 00.19'52" '.I 23J7'
S 02•03•39• E 25.02'
N 77°04'09" \I 13 .76'
47.924 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
OWNER•
JOSEPH ALEXANDER KEYES
CAROLINE KEYES KEL L EY~
CHRISTINE KEYES
INSTRUMENT #0204379579
D.R., T.C., TX
L2
PK NAIL IN
CONCRETE FND.
PROPOSED VARIABLE \IITDH PERMANENT
SANITARY SEVER EASEMENT
TOTAL AREAi 11.479 SQ, FT.
REMAINDER OF
371.515 AC TRACT
BENJAMIN THOMAS SURVEY, A-1497
DYNER: TODD GROUP, LTD.
VOL 10768, PG. 1290
D.R ., T.C., TX
S. evln #5500 P,D.B.
Jo.nL.1a.ry 25, 2010
DATE
L DT 1, BLOCK 1
SAGINA'w' COMPRESSOR SITE
INSTRUMENT #D209103109
D.R., T.C., TX
DRAWN BY: JSW
DATE: 01-25-:IJllO
IRON PIPE FND,
Surveyed on the ground Septe,mer. 2009
eear rngs ore rerot t ve t o True North obota l ned from Globa l
Position i ng Sate! I ite System IGPS l Observot rons, North American
Doi'um, 1SB3 <NAO '83). Texos State Plone Coord i nate System,
North Central zaie.
Note: I n occordcnce with the Texas Boord of Professiona l Land SU-veylng
General Rules of Procedures and Pract i ces, 663, 1919 l, this "report•
consists of the Map of Survey I ncluded '"-'ein and a Real Property
Descr i ption, attached herewith,
Note: In accordance with the Texas Boord of Profess i ona l Land SUrveying
General Ru l es of Procedures and Pr octicesd, 663 ,1 9!7>, "The cited
i nstruments are not necessori ly the current O'fll'l8l'"S of the swj ect
property, but ore the d~ts contain i ng the descript i ons of tt,e
boundaries as surveyed,#
..A.. A.N.A. CONSULTANTS, LLC.
COPORATE OFFICE DAUAS OFACE SEr llTLE: PARCa 1 PSSE
ll(t}. RIVER RUN. SUTE 6 10 3004 FAIRMONT STREEf SHEETN0.:1
FORT WORTH. TEXAS 76 102 DALlAS. TEXAS 75201
A.NA PROJECT NO.: 060430
DWG:
CONaULTANTll,LLC, OffiCE: (817) 335-9900 OfACE: (214) 631-3500 ~ FAX: (817) 335-9955 FAX: (2 14) 631-3527
TOTALSHEBS: 1
SCALE: l " = 60'
i
,...P=--r-01.,....·e-ct-:-N-c-o-. --,.-B-o-ri-ng_N_o_.--~P-ro-je_ct ___ H_I_C_K_S_IN_D_U_S_T_R_I_A_L_P_A_R_K _________ CMJ ENGINEERINGINc. -
123-07-10 B-7 FortWorth, Texas
Location Water Obse N alions
See Plate A.1 Dry during drilling; dry at completion ; dry at end of day
Completion I Comp letion
Depth 1S.0' Dale 1 -3-08
--!70 ~ -f;I
'.=_s-p:;:
C--~
'----,__l_L-'-l
: --Y-
.=-10 _~1
'---
..... -
Surface Elevation Type
NIA 8-47, w/ 6" CFA
Stratum Description
GRAVEL. 3" gravel
CLAY, dark brown to brown , w/ gravel , asphalt,
i\ sand and calcareous nodules, hard
LIMESTON!; t an . w/ few clay layers, very nard
-w/ few shaley clay layers
-hard gray limestone w/ shale seams at 13' to 15'
/
~ ·--J-Lr--1., cc ~------------------------
'* ~ ..
0 0
UJ 0
I'!'. o:'.
0
0 c,; N ~c 0 ~ o.-.,::, z ,., 0
-<Q o,;is: ,,e o* g a, .• u. (1) ~ 1:
~~t.L C: 0 u 3 Q) ·;;; ef ,,, . ~-~ 'tr;~ ii 111-_,. C • ·-_c:
.£lll>~ :.~ "'E "'"O Oo
co 0..1-0. Cl) :.J:.J a: ::i 0:E 20
4.5+ 10
4.0 85 35 50 39
i00/0"
100/0.5"
100/0.5 "
00/0.25
cit:
~it -g~ '<;T
~.:.i
C: ., tn
l;:: A> Q)
01_2 C ~ "0
0 o.c
±:: th u E::,
<=.o coo ::> .J ::> 0. 0.
0 ~l--...1--...Ll.---1--------------------'---'---'----'---'---'---'---'----'---'-----l
0 g LOG OF BORING NO. 8-7 PLATE A.10
CMJ ENGINEERING, INC.
February 10, 2010
TranSystems Corporation
500 West ih Street, Suite 1100
Fort Worth, Texas 76102
Attn: Mr. Craig P. Schellbach, P.E.
Dear Mr. Schellbach:
RE: CMJ REPORT 123-09-12
OFFSITE SEWER MAIN
HICKS INDUSTRIAL PARK
FORT WORTH, TEXAS
INTRODUCTION
7 636 Pebble Drive
Fort Worth, Texas 76118
www.cmjengr.com
CMJ Engineering, Inc. is pleased to present herein the field and laboratory results of a
geotechnical investigation for the proposed industrial park of the above referenced project. The
geotechnical services were performed in accordance with CMJ Proposal 09-3019 dated
November 20, 2009. Authorization to perform this investigation was provided by Mr. Raul Pena
111, P.E., Regional Vice President of TranSystems Corporation on December 18, 2009.
The project, as currently planned , consists of a sanitary sewer line to serve the Hicks Industrial
Park in Fort Worth , Texas . The proposed line extends from the eastern end of East Hicks Field
Road to Wagley-Robertson Road for an approximate total length of 8,600 feet. No engineering
analyses have been requested. Plate A.1 depicts the location of exploration borings .
SUBSURFACE CONDITIONS
Subsurface materials at the project site were explored by ten (10) borings drilled to a depth of
15 feet along the proposed a lignment. The borings were drilled using truck mounted drilling
equipment at the approximate locations shown on the Plan of Borings, Plate A.1 . The boring
logs are included on Plates A.4 through A.13 and keys to classifications and symbols used on
the logs are provided on Plates A .2 and A.3 .
Specific types and depths of subsurface strata encountered at the boring locations are shown
on the boring logs in Appendix A. The generalized subsurface stratig raphy encountered in the
borings is discussed below.
Phone (81 7) 284-9400 Fax (81 7) 589-9993 Metro (817) 589-9992
CMJ ENGINEERING, INC.
TranSystems Corporation
Report No . 123-09-12
February 10, 2010
Page 2
The predominant soils encountered consist of dark brown, dark reddish brown, light brown and
gray silty clays, silty shaly clays, and clays. The clayey soils are generally firm to hard with
pocket penetrometer values ranging from 1.0 to over 4.5 tsf. Limestone fragments and/or
seams are typically present within the silty clays and silty shaly clays.
Tan limestone is present within the clays at a depth of 1 foot in Borings 8-9 and 8-12, with
thicknesses ranging from 1 to 3 feet. This rock is very hard in Boring B-9, with a THD cone
penetrometer value of % inch in 100 blows. Tan limestone underlain by gray limestone is
present in Boring 8-17 at a depth of 7 feet. The gray limestone is moderately hard with THD
cone penetrometer values of 2 and 2~ inches in 100 blows.
The borings were drilled using continuous flight augers to observe the potential for water
seepage during the drilling process. Ground-water seepage was noted at a depth of 8 feet in
Borings B-8 and 8-13 during drilling. Water levels of 11 to 13 feet were observed in these two
borings at drilling completion. All other borings were dry during drilling and at completion of
drilling. Even though these borings were dry and noted no water, the possibility exists that
perched water may trap atop clays or rock, particularly after periods of heavy or extended
rainfall.
EXCAVATION COMMENT
The soils encountered in the borings can easily be excavated using conventional earthwork
equipment. The limestone is moderately hard to very hard and will require heavy-duty
excavation equipment to remove this rock. Selected rock will be excavated in blocks or chunks
due to clay seams. In addition, this geological formation may have isolated hard to very hard
rock which may be extremely hard, and can be extremely difficult to remove or excavate. These
"cap rocks" tend to be more isolated and less predominant, but readers should understand that
boulders do pose a potential threat of difficulty in excavation.
EARTHWORK
Site Preparation
The subgrade should be firm and able to support the construction equipment without
displacement. Soft or yielding subgrade should be corrected and made stable before
construction proceeds . The subgrade should be proof rolled to detect soft spots , which if exist ,
CMJ ENGINEERING, INC.
TranSystems Corporation
Report No. 123-09-12
February 10, 2010
Page 3
should be excavated to provide a firm and otherwise suitab le subgrade. Proof rolling should be
performed using a heavy pneumatic tired roller, loaded dump truck, or similar piece of
equipment. The proof rolling operations should be observed by the project geotechnical
engineer or his/her representative.
Placement and Compaction
Fill material should be placed in loose lifts not exceeding 8 inches in uncompacted thickness.
The uncompacted lift thickness should be reduced to 4 inches for structure backfill zones
requiring hand-operated power compactors or small self-propelled compactors. The fill material
should be uniform with respect to material type and moisture content. Clods and chunks of
material should be broken down and the fill material mixed by disking, blading, or plowing, as
necessary, so that a material of uniform moist ure and density is obtained for each lift. Water
required for sprinkling to bring the fill material to the proper moisture content should be applied
evenly through each layer.
Flexible base or soil fill material should be compacted to a minimum density of 95 percent of
maximum dry density as determined by ASTM D 698 , Standard Proctor. Graded stone shou ld
be compacted to a minimum of 70 percent relative density per ASTM D 4253 and D 4254 . In
conjunction with the compacting operation, the fill material should be brought to t he proper
moisture content. The moisture content for general earth fill should range from 2 percentage
points below optimum to 5 percentage points above optimum (-2 to +5 ). These ranges of
moisture contents are given as maximum recommended ranges . For some soils and under
some conditions, the contractor may have to maintain a more narrow range of moisture content
(within the recommended range) in order to consistently achieve the recommended density.
Field density tests should be taken as each lift of fill material is placed. As a gu ide, one field
density test per lift for each 5,000 square feet of compacted area is recommended. For small
areas or critical areas the frequency of testing may need to be increased to one test per 2,500
square feet. A minimum of 2 tests per lift should be required. The earthwork operations should
be observed and tested on a continuing basis by an expe rienced geotechnician working in
conjunction with the project geotechn ical engineer.
Each lift should be compacted , tested, and approved before another lift is added. The purpose
of the field density tests is to provide some in dication that unifo rm and adequate compact ion is
bein g o btain ed. T he a ctual quality of th e fill, as comp act ed, should be th e responsi bility of th e
CMJ ENGINEERING, INC.
TranSystems Corporation
Report No. 123-09-12
February 10, 2010
Page4
contractor and satisfactory results from the tests should not be considered as a guarantee of the
quality of the contractor's filling operations.
Trench Backfill
Trench backfill for pipelines or other utilities should be properly placed and compacted. Overly
dense or dry backfill can swell and create a mound along the completed trench line. Loose or
wet backfill can settle and form a depression along the completed trench line. Distress to
overlying structures, pavements, etc. is likely if heaving or settlement occurs. On-site soil fill
material is recommended for trench backfill. Care should be taken not to use free draining
granular material, to prevent the backfilled trench from becoming a french drain and piping
surface or subsurface water beneath structures, pipelines, or pavements. If a higher class
bedding material is required for the pipelines, a lean concrete bedding will limit water intrusion
into the trench and will not require compaction after placement. The soil backfill should be
placed in approximately 4-to 6-inch loose lifts. The density and moisture content should be as
recommended for fill in the previous section, Placement and Compaction, of this report. A
minimum of one field density test should be taken per lift for each 150 linear feet of trench, with
a minimum of 2 tests per lift.
Excavation
The side slopes of excavations through the overburden soils should be made in such a manner
to provide for their stability during construction. Existing structures, pipelines or other facilities,
which are constructed prior to or during the currently proposed construction and which require
excavation, should be protected from loss of end bearing or lateral support.
Temporary construction slopes and/or permanent embankment slopes should be protected from
surface runoff water. Site grading should be designed to allow drainage at planned areas where
erosion protection is provided, instead ·of allowing surface water to flow down unprotected
slopes.
Permanent slopes at the site should be as flat as practical to reduce creep and occurrence of
shallow slides. The following slope angles are recommended as maximums.
CMJ ENGINEERING, INC.
TranSystems Corporation
Report No. 123-09-12
February 10, 2010
Page 5
Height (ft.)
0-3
3-6
6-9
>9
Horizontal to Vertical
1:1
2:1
3:1
4:1
The above angles refer to the total height of a slope . Site improvement should be maintained
away from the top of the slope to reduce the possibility of damage due to creep or shallow
slides.
Care should be taken that utility cuts are not left open for extended periods, and that the cuts
are properly backfilled. Backfilling should be accomplished with properly compacted on-site
soils, rather than granular materials.
Trench excavations 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, regarding trench
excavations greater than 5 feet in depth.
Acceptance of Imported Fill
Any soil imported from off-site sources should be tested for compliance with the
recommendations for the particular application and approved by the project geotechnical
engineer prior to the materials being used. The owner should also require the contractor to
obtain a written, notarized certification from the landowner of each proposed off-site soil borrow
source stating that to the best of the landowner's knowledge and belief there has never been
contamination of the borrow source site with hazardous or toxic materials. The certification
should be furnished to the owner prior to proceeding to furnish soils to the site. Soil materials
derived from the excavation of underground petroleum storage tanks should not be used as fill
on this project.
CMJ ENGINEERING, INC.
TranSystems Corporation
Report No. 123-09-12
February 10, 2010
Page 6
Soil Corrosion Potential
Specific testing for soil corrosion potential was not included in the scope of this study. However,
based upon past experience on other projects in the vicinity, the soils at this site may be
corrosive. Standard construction practices for protecting metal pipe and similar facilities in
contact with these soils should be used.
Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction,
and all permanent slopes and other areas subject to erosion or sedimentation should be
provided with permanent erosion and sediment control facilities. All applicable ordinances and
codes regarding erosion and sediment control should be followed.
REPORT CLOSURE
The borings for this study were staked by CMJ Engineering, Inc. using normal taping methods
and topographic features. The actual boreholes were placed as close as practical to the staked
locations by CMJ Engineering, Inc. The locations and elevations of the borings should be
considered accurate only to the degree implied by the methods used in their determination. The
boring logs shown in this report contain information related to the types of soil encountered at
specific locations and times and show lines delineating the interface between these materials.
The logs also contain our field representative's interpretation of conditions that are believed to
exist in those depth intervals between the actual samples taken. Therefore, these boring logs
contain both factual and interpretive information. Laboratory soil classification tests were not
performed on soil samples collected from the borings. Visual-manual procedures were used to
generally classify each stratum. Therefore, it should be understood that the classification data
on the logs of borings represent visual estimates of classifications for those portions of each
stratum on which the full range of laboratory soil classification tests were not performed. It is
not implied that these logs are representative of subsurface conditions at other locations and
times.
With regard to ground-water conditions, this report presents data on ground-water levels as they
were observed during the course of the field work. In particular, water level readings have been
made in the borings at the times and under conditions stated in the text of the report and on the
CMJ ENGINEERING, !NC.
TranSystems Corporation
Report No. 123-09-12
February 10, 2010
Page 7
boring logs. It should be noted that fluctuations in the level of the ground-water table can occur
with passage of time due to variations in rainfall, temperature and other factors. Also, this report
does not include quantitative information on rates of flow of ground water into excavations, on
pumping capacities necessary to dewater the excavations, or on methods of dewatering
excavations. Unanticipated soil conditions at a construction site are commonly encountered
and cannot be fully predicted by mere soil samples, test borings or test pits. Such unexpected
conditions frequently require that additional expenditures be made by the owner to attain a
properly designed and constructed project. Therefore, provision for some contingency fund is
recommended to accommodate such potential extra cost.
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements, test results, boring logs, diagrams, etc. should not be taken out of context, nor
utilized without a knowledge and awareness of their intent wi t hin the overall concept of this
report. The reproduction of this report, or any part thereof, supplied to persons other than the
owner, should indicate that this study was made for design purposes only and that verification of
the subsurface conditions for purposes of determining difficulty of excavation, trafficability, etc.
are responsibilities of the contractor.
This report has been prepared for the exclusive use of TranSystems Corporation for specific
application to the design of this project. The only warranty made by us in connection with the
services provided is that we have used that degree of care and skill ordinarily exercised under
similar conditions by reputable members of our profession practicing in the same or similar
locality. No other warranty, expressed or implied, is made or intended.
* * * *
CMJ ENGINEERING, I N C.
TranSystems Corporation
Report No. 123-09-12
February 10 , 2010
Page8
We appreciate the opportun ity to perform these invest igat ions regarding the proposed sewer
line for Hicks Industrial Park in Fort Worth , Texas. The following plates are attached and
complete this report:
Plate A.1 -
Plate A.2-
Plate A.3 -
Plates A.4-A.13
Plan of Borings
Unified Soil Classificat ion System
Key to Classification and Symbols
Logs of Borings
copies submitted: (3) Mr. Craig P. Schellbach, P.E.; TranSystems Corporation (by ma il)
---1 -----------'
I --
k E.stotes Fossil Cree i
N
I
I
' Fossil Pork
f Estates
J --__ J
.,. Estates Savor,, 10
CM JENGINEF..,RlNO. JNC.
No (23-09-/2 CMJ PROJECT .
C
Cl) co =~ o-C/) ...
<1)
"O Cl (1) ...
c: ro
·1u -;;; ... ·-Cl-' ro Q) ·-(/) ...
... <1)
gi ca o E
<1)
£: -0
Major Divisions
w
(/) (1)
-C g; '+=
ro o Ol C
~ 0
<1) <1) 05
Grp .
Sym . Typical Names
Well-graded gravels, gravel-
GW sand mixtures, little or no
fines
Poorly graded gravels, gravel
GP sand mixtures, little o r no
fines
ti!
"' .!!1 ·o
(/)
u
Q)
C: ·~
'i"
Q)
!!!
"' 8 ~c -~ 5 GM Silty gravels , gravel-sand-silt ~
<+= E mixtures ai 'iii ~row ~~
] ~ -~ 1---+------------iB ·* ~~= ~8
Ql O O I ·-Cl) N > Ql GC Clayey graves. gravel-sand-ro 5. co ... a. clay mixtures ·ro z
0~ O)~
E£
0 ... I gf SW Well-graded sands, gravelly .:= ~
E ~ .§ sands , little or no fines } ~
Cl) CO O "-C
~ C/lc: Clo
Laboratory Classification Criteria
Dso (D,o)2
Cu= ----greater lhan 4 : Cc=-----between 1 and 3
D10 D,0 x D60
Cl..O~t----------------------4 Cl) U) _g
--E ~ iY3 ~ Not meeting all gradation requirements for GW
-c5 ca a.. 0 ::,
0 -0----------.-----------l . :i 0: s: 0 .!: q :·5 . . 0:
~
Liquid and Plastic limits
below "A" line or P.I.
greater than 4
V> QJf------------t
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
V> ro
(.)
Q)
:f
Liquid and Plastic limits
above "A" line with P.I.
greater than 7
: Q) :~I------------L---------1 :o
I cri Dso (D,0)2
C,= ----greater than 6: Cc= --------between 1 and 3
D,c D10 X Dso
c_ ~o -------------;~u
~ -~-Q) a, Poorly graded sa nds ; ro .g ....; c ~ 0-E -o~ c:<1> co en SP gravelly sands, little or no c rn <1J 0 '-Ql ~ COQJ (.)'-
Not meeting all gradation requirements for SW
C/l ';;; a; -fines Cl) .§ ai ~ ...,
c: -g l'! ·u;(/)1----+---il-------------io o a. N c:----------~---------1
co co rg -st o "' Q) l!) ,,_ 25
£ CJ) u . _. ~ g' c: c (V Liquid and Plastic limits ~ 0 :IE. ~ ~ SM Silty sands, sand-silt ~ ]i "':S :S ~ below "A" line or P .I. less Liquid and plastic limits .S ~ c: <-= E mixtures <1l ~ ~ Cl) Q) ,,_ h 4 ~ £ £: ro w ~ [ g ~ o .2 t an plotting between 4 and 7
d)
> Q)
'iii
0
0
N
ci z
C ro
£
(/) ...
'5 ~
V> ro
-o E ~ Cl) ·ro .!!1 ._ _
Cl C'CI 0) ·t::
C: .$
u: ~ -0 -cii ..c
C ro
£
@
0
6
C:
C'CI
£
<1)
0
6
''.!; ~ ~ -------------; ~ c: .2 __J ~ l!) i-----------1 are borderline cases
C/l~'+= Orn -g ·o d d
1
.~ -~ ~ Liquid and Plastic limits requiring use of dual
co ~ SC Clayey san s , san -cay E -g ~ above "A" line with P .I. symbols
Cl) a. mixtures <1l Q) rn a. -c. "' greater than 7
0
L!)
C
(/) C'CI
>,~
ro -
c3 ~
"O Q)
C: -co -~
~ ,§
U) :'Q
::,
0:
d
~ ~~~
ML
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Inorgan ic clays of low to
CL med ium plasticity, gravelly
clays, sandy clays, silty clays ,
and lean clays
OL Organic silts and organic silty
clays of low plasticity
601r--~r----,----r-----.----,.-----t----,.---1v,----,,
/ srn-~--i----i---+---+---1----+----+--1--r--1---1 /
/ 4t);l----li----il----i'----+---+--+---h~-+---l---l
CH
~ /1/
1---------1----l-----------;E
0
L!) MH
C ro
If) ..c >,-ro ...
-Q) u ca
"O Ql C ._
ro ci CH
en :t::::: ::E
U) =
-0 ·5
CT OH 2
>, .Sc,>
-C: (/) ..c ro = Pt :f ei g
0
Inorganic silts, micaceous or
diatomaceous fine sandy or
silty soils, elastic silt s
Inorganic clays of high
plasticity, fat clays
Organic clays of medi um to
high plasticity, organic si lts
Peat and oth er high ly organic
so ils
.?:-301----+--+---+----t---1----;;<----t---il---l-----l I • ~ OHa,dMH
•!7 2'Ul---+---+---ii-----!!----,, /<-+----i-----t---t--t----l
CL /
/ 1:: V
lJ-;:-~...:-~~'t,.~=~~....,;~~~71 ML a 1d OL
4 V
0 L----'---''----''----'-----'---'----'----'----'----'
0 10 20 30 40 50 60 70 80 90 100
Liquid Limit
Plasticity Chart
UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.2
SOIL OR ROCK TYPES --=-GRAVEL
•••• •. • SAND
SILT
CLAYEY
LEAN CLAY LIMESTONE
SHALE
Shelby
Tube Auger Split
Spoon
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
Soft 0 .0 to 1.0
Firm 1.0 to 1.5
Stiff 1.5 to 3.0
Very Stiff
Hard
3.0 to 4.5
4.5+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item
(blows/foot)
Oto 4
4 to 10
10 to 30
30 to 50
Over 50
Soil Structure
Very Loose
Loose
Medium Dense
Dense
Very Dense
Relative Density
Oto 20%
20 to 40%
40 to 70%
70 to 90%
90 to 100%
Contains appreciable deposits of calcium carbonate ; generally nodular
Having inclined planes of weakness that are slick and glossy in appearance
Composed of thin layers of varying color or texture
Conta in ing cracks , sometimes filled w ith fine sand or silt
Rock
Core
Cone No
Pen Recovery
Calcareous
Slickensided
Laminated
Fissured
lnterbedded Composed of alternate layers of diffe rent soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic
Soft
Moderately Hard
Ha rd
Very Hard
Can be remolded in hand; corresponds in consistency up to very stiff in soils
Can be scratched with fingernail
Can be scratched easily with knife; cannot be scratched with fingernail
Difficult to scratch with knife
Cannot be scratched with knife
Poorly Cemented or Friabl e Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
Degree of Weathering
Unweathered
Slightly Weathered
Weathered
Extremely Weathered
and iron oxide are common cementing materials. and iron oxide are common cementing materials.
Rock in its natural state before being exposed to atmospheric agents
Noted predominantly by color change with no disintegrated zones
Complete color change with zones of slightly decomposed rock
Complete color change with cons istency, te xture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATEA.3
Proj ect No. l Boring No . Project
fu"\IGINEERING L"IC. -
Offsite Sewer Main -Hicks Industrial Park
123..09-12 B-8 Fort Worth, Texas
CMJ
location Water Observations
See Plate A.1 S eepage at 8' during drilling; water at 13' at completion
Completroi1 I Completion
Depth 15..0' Date 1-20-10
Surface Elevation Type
B-34,w/CFA
u:: 0 f// 0
Cl) ~ cit
£ .D a tll
.E E ._ C 0 ~ .~it -o,.2 & a. 0 --
(I) >-(U Stratum Description • "O z :;' Cl) ~(/)
0 (/) (J) ~ it t'O Of~ :!!. o ;f!..
'I)~ 2:-:j ,.§ q,; V) -;ft 0 vi&! i.,.: C 0 ~~ B.~ 0~ C !;;. "o
0 ·-a; J2..; ti ~-=-o a.c 0 5: C • ~ a; fr :~ J~21: ~ en o .E :::i
UJ CJ .2 Cl) Y? ~UJ £:5 (I) 'O oo c.D C: 0 0
0: tr c.o 0. f-' ..J ..J 0:E .:a.o ::)..1 . :)UO.
i, CLAY, d ark brown. w/ calcareous nodules , stiff to 1.5 .... -very stiff 2 .25 72 2.6 46 36
~ -1.5 ..... -ga 3.5 I
~ ·-Sil lY CLAY, light brown . w/ limestone fragments 4 .0 I ~s-and calcareous nodules, very stiff to hard .... -.... -4 .5 + l 13 122 2910
~ --wt limestone seams below 8'
'--4.5+ I
'-10-.... -I ,_ -.... -
~ -4.5+ 13 I
'-1 5-r/ ~------------------------
i I
I
! LOG OF BORING NO. 8-8 PLATE A.4 I
'
<!) z
~
0
(!)
0 ...,
Project No. I Boring No. Project Offsite Sewer Main -Hicks Industrial Park
123-09-12 8 -9 Fort Worth, Texas
Location Water Observaiions
See Plate A.1 Dry during drilling; dry at completion
Completion I Completion
Depth 15.0' Da te 1-20-10
S urface Elevation Type
8~34, w{CFA
it 0 1/) 0 'I) 0 a .0 Q. ~ di N E E o.£ 0 >, ro Stratum Description ''O z '1) (/) II') -03 a>~ 0 -~ #-~ d> '$.
C: r~ v>o:'.ti.: ~ a ~ §! ·5 .~ i C: II)
~--<I.I . 8:~ :3"3 o:'. coa.1-
~ll CLAY, dark brown, wt c;ilca reous nodules, hard 4.5+ ,_ -+ LIMESTONE, tan, fractured , w/ clay seams, very -hard ~00/0 ,75' -_...J_ -SIL TY CLAY, light brown, 1/1/ litnestone fragments, 4 .5+ -5-II limestone seams and calcareous nodules , hard --
..... -4.5+ --
--~ ~ SIL TY SHAL Y CLAY. light brown , w/ calcareous 4.5+ 49 -10-nodules and occasional limestone fragments. hard --'I --
--
.....
--1 5-, 4 .5+ -----------------------l
LOG OF BORING NO. 8-9
CMJ ENGINEERING INC. -
c: re
~ ?;ii -0 .2 O' ~ :en .£ <!) -
(;~ :;C c:' :j 'i= 12) t5 0 .-: .... 'O :.; ...;-=x -'1) a~ 0 0. C: 0-Ill ·-"' 0) ·-C: .~ vi · oE:::, roe .!l! "g oo C: .0 C: 0 0 a:::; 0..-;:i:(.) ::> ...J ::, () a.
3 3
12
20 29 20
l
PLATE A.5
0
?i "' b
0
i u
r{
(!)
"'
~t
B
(!) z
12
,---------,..,.,-----------,----------------------------CMJ ENGINEERING INC. -
Project No. I Soring No. Project Offsite Sewer Main -Hicks Industrial Pa rk
123-09-12 8-10 FortWorth, Texas
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion I Completion
Depth 15.0' Date 1-20-10
it 0
.c ..0
E 0.. >-<I) (/)
0
L.. ---
-
..... -
~
0.
E
Ill
(I)
l
Surface Elevation Type
8-34, w/CFA
Stratum Description
CLAY, dark brown, w/ J\mestone fragments, stiff
SIL TY CLAY, light brown , w/ limestone seams and
calcareous nodules, very stiff to hard
SILTY SHAL Y CLAY, light brown, W/ calcareous
lenses, hard
~------------------------
';f.
0
0
0::
2 .0
4 .5+
4 .5+
4.5-t-
4.5 +-
31 18 13 14
I
I
25 106 4190
I I
~!--....L-...LI L--__J'----------------------'---.l........-.J........---'---'---'---'---'--.J........--'----l
gci.LI _____________________________________________ ....;___) -. LOG OF BORING NO . B-10 PLATE A.6
.----,------.-------,----,-------------------------CMJ ENGL"IEERING INC. -
Project No. I Boring No . Project Offsite Sewer Main -Hicks Industrial Park
b
(!)
i
0
2
Cl ~;
~
E
123-09-12 8-11 Fort Worth, Texas
Location Water Observations
See Plate A1 Dry during drilling; dry at completion
Completion j Completion
Depth 15.0' Dale 1·20·10
-"' 0 "' .::, c E E
>, "' (/) Cl)
Surface EJ.evation Type
B-34, w/CFA
Stratum Description
CLAY , dark brown, w/ calcareous nodules. very stiff
SILTY CLAY , light brown , WI limestone fragments
and calcareous nodules; stiff
-very stiff to hard below 7'
SILTY SHALY CLAY, light brown and gray, w/
calcareous nodules. hard
~~------------------------
a~
0 w
0::
.... oi
0 .s
. 'O -m
;ft ,~&u: 0 3 C • 0 ..2!l>~ er: a:J 0. I-
3.0
3.25
2.0
2 .25
1.5
3.0
4.5+
4.5+
0
0
N
0 ;.~
,~ il)
1/) > "'~ a. fl)
cir
'#. ~ii '00 .
<ll ,ii CT
,o ,.,';!!. f ><
Q) . -~;:; .. ;~ I ..... ~ <>' :> -OQ C 0. 'O
~rt:! t;~,;. 1ij s 8E§ rt) Q) ·-C ~ Q) crE "'E <I> 'O oo C.!) coo :::;:::; a::::; -c ~o 0..-::) ...J => ua..
33
I
1 9 107 1880
I
I
37 18 19 21 I l
26
I I I l5J-_ _J__...LJ. __ _L __________________ __._--1_-1. __ _L_....J_ _ _,_ _ _,_ _ _, __ _,__..1__--i
B-11 PLATE A.7 Cl
0 ..,,__ ______________________________________________ ___J LOG OF BORING NO
;
(!> z
ir g
u.
0
Cl g
P roject No. I Boring No. Project Offsite Sewer Main -Hicks Industrial Park
123-09 -12 B-12 Fort Worth , Texas
location Water Observations
See Plate A.1 Dry during drilling ; dry at completion
Completion I Comple tion
Depth 15.0' Date 1-20 -10
S urface Eleva!.ion Type
8 -34,w/CFA
G: 0 "' 0
'11 0
.c .0 a. .... cii N
ci. E E o .!: 0
>-z ., II) ti)
.,, Strat um Description • -0
(/J -.,, OJ ~ Cl ~ ';f. tL ·w ,;; a:: U: C ·-Iii <.) 0 3 C • "'> w 0 2 O)~ ::l .!!1
o:'. o:'. !DO.I-a. CJ)
Vb CLAY. dark brown, w/ limestone fragmen~s and 3.25 ....
LL -· r-. c alcareous nodules, very stiff /
I--h LIMESTONE; tan . fractured / 4 ,5+
~ -SIL TY CLAY, ltg ht brown , wt limestone seams and 4.5+
calcareous n odules . hard .... -4 .5+
,_5_
~ -.
.... -4 .5+ .... -
-I? 4 .5+
-1w SILTY SHA LY CLAY, lig ht b rown, w/ ca lca reous --nodules , hard
~ -•
t -;
4 .5+
1-1 5 ~------------------------
! .. --·~·
LOG OF BOR ING NO. 8-12
CMJ .I ENGINEERlNG INC. -
cl!:
$. ~-0:: -0 0 • Cl),;; 0-
~ .§ ;.~-G) • ~;::i 'ii? 0 ~ .a~ O · 0~ g O:g ~ :t! .. ;:::;...; ,;:; ;,(
lG 'E U/ Q) w -~ ti) o E ::, ·-C: crE (!) "O O o :5 ::1 c oo
:::i:::J a: ::J 0::.5 a u ;:, u Q..
22
I
l I
! i
i
i
15 I
l
I I
51 22 29 23
I
PLATE A.8
0
~
b
C) ...,
::l:
0
ti:
(!)
N
j
~---,---,:-,----,-,::----,-----,c-=--------------·-------------CMJ ENG[NEF.RING INC. -
Proje ct No. 18o ri£1JBg N_o
1
.
3
Project Offsite Sewer Main -Hicks Industrial Park
123..09-12 Fort Worth, Texas 1-L-oca---ti-.o-n ___ _,_ _____ --1·-w-a-t-er_O_b_s_e_rv_a_tio_n_s __ __,_ _____________________________ ~
See Plate A.1 Seepage at 8' during drilling; water at 11' at completion
Completion I C.omp letion
Depth 15,0 ' Date 1-20-10
Surface Elevation Type
B-34, w/CFA
Stratum Description
(.)
LU
0::
"$.
0 a
0:::
0
,_ ti ~ cU:
o .E O °# ~u:: -o .2 er
,..,.::i z~ ~ a> ! ~f'2 ~ ~ 0>c: ". -,f!. .o <;fl. L.. .J C ::i t .-m tn
~ •u,~ 32~-~:!!:! A Cl) ...... -. 0 ,-C:
_g~u.i :{lw i5-E mE ~i :_gg 'E2 ggg mo..1-a.in :::J::i il:::i 0::E =0 :::>...J :::,uo..
V) 0::: u.· =-0 .. .a ~ I O (.) C: 5-'.O
i---_-i:r/...,...h7"ilrt-----,r--c-=-LA"'Y,.,.,-,d,...a-crk-,b-ro-w-n-,-w-:-/-ca....,l-ca-r-eo-u-s-n-o....,du-=1-es-.-s°"tiff:::,-----+---+---i--c2"'",5=--+---+--+--t----1i----t---+--·-
~ ~ ~ I
~ -~5 ----
S ILTY CLAY, light reddish brown, w/ limestone
fragments and calcareous nodules, firm to stiff
-~------------------------
2 .0
2 .5
1_0
1.0
2.5
30 93 2560
75 24 51 31
I
I
22 104 1640
I
I
I
! I
I
~,
I. j
u.J-------....... ---------------------~-~--------"---'---'---'----'-------'-------l g~I _ LOG OF BORING NO. B-13 PLATE A.9 '----------------------------·------------------------1
J Boring No. Project ENGINEERING l NC. -Project No. Offsite Sewer Main -Hicks Industrial Park
123-09-1 2 8-14 Fort Worth, Texas
CMJ
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion / Completion
Depth 15.0' Date 1-20-10
Surface Elevauon Type
B-34 w/CFA
it 0 fJ) 0
!I} 0 ...,
t ~a .... 0) N cU.
>-E 0 ~E: 0 i! ~it -00 •
Stratum Description . ,·-o z ~·-~.~ (U (/) ~· -ro g,~ ~· 0 ~ c ~.~ c!';; 0 ,o !!:; !I} ~ ~~ ~ O'
Ill o:: IL ¥x .a ; OQ
t) 0 3; C . , -~ ~ ~d 1ti= fJ) G) .,-o ~c •-C -~~ 0 C: ~ llJ CJ .Q G)~ "' .I!! .Q'. .§ .l!! :3 10·u 0 O · C: 0 .0 0: r:r; ro tl.1-a.u,l ...J.J a. ~c 2U :, ...J ::iua. 0.-
CLAY, dark brown, w/ calcareous nodules , firm to 2:s I ~ -stiff 1.25 35
'--2.0 ,--2 .0
~ -2.25 2a 94 3210 1-5-I --
I.. ..
3.0
'-
I
SILTY CLAY/ CLAY, light brown, w/ limestone I ,_ -fragments and calcareous nodules, hard 4.5+ 49 20 29 18 >-1 0-I ~ -
'--
~ -I '-~~~" 4.5+ j I '-15-~------------------------
l
I
I
l
LOG OF BORING NO. B-14 PLATE A.10 ~.-.-..
t, z
~-----~--------------------------------CMJ ENGINEERING INC -
Project No. I Boring. No. Project Offsite Sewer Main -Hicks Industrial Park
123-09-12 8-15 FortWorth, Texas
Locaiion Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion I Completfon
Depth 15.0' Date 1-20-10
-"' 0 <l) n c E f
Surface Elevation l Type
I B-34, w/CFA
>, "' CJ) (Ii Stratum Description
I
1-~ o.E
• -0
~ ~ ~.i . 0 0 ~cr:u; 0 w 0 .2 a;~
0
0
N ·o
~
C ·~t "'·~ a. Cl)
C: ii:
~ ~ u'. .., .Q tr
0 0., "'Cl)
~ i!) -c;::; "'· g .. ~x :l E CQ C n.="O :g ..... -<1> "':6:: .,.,, Q) <IJ-8E§ :,-·-C: '.E ~ CT E ~.s .!!!"g oo C: 0 t) ::i ::, n. ...J a. -·~o ::) ...J ::) (.) a.. er: cr: ma.r
4 .5+
r J§ ~ .. I
29 l----hr~·~------,~-..,...,,-,-----.,.----,.-,--··-·--+--l---l---,,---!---1---l---+---+--=:+--+-----l
II' CLAY, dark redd ish brown , w/ calcareous nodules,
~~ -very stiff to hard
=· SILTY CLAY, light brown, w/ we;ithered limestone
-seams and calcareous nodules, very stiff to hard
S-
E = b1 ~-V~A~,,v,•
~,ill I SILTY CLAY I CLAY, light brown, w/ calcareous
nodules, hard
------------------
4 .0
3 .5
4.5
I 3 .0
4.5+
4,5+
4 .5+
I
I 64 24 40 25
18 112 4680
-
17
2 g 1,..l----1--...Ll.---l---------------------1.---1.---1.---L--'---'----'----'----'---'----I
0 g LOG OF BORING NO. 8-15 PLATE A.11
'
'
(!) z
ii:
0
"' "-0
:,
9
I
l
Project No. I Bori nB~iG
P roject Offsite Sewer Main -Hicks Industrial Park
123-09-12 Fort Worth, Texas
Location Water Obse!Vations
See Plate A.1 Dry during drilling; dry at completion
Completion I Completion
Depth 15.0' Date 1-20-10
Surface E levat ion Type
B-34, w/CFA
-' 0 ti! 0 LL Q) 0
£ .0 0. ... di N
a. E E o .S 0
:;,.. <!I Stratum Description • "O zo ~~ ·tb'J g,~ ·~ ~ "' 0 ~ 0:: u: ·;;; ~ () 0 w 0 o c:u:i ti) II> -"'. <0 ,-a:: tr CD ll.1-a.(/)
CLAY, dark brown , w/ calcareous nod ules, stiff to i 1.0 ~ very stiff 2 .0
-soft to lfrm above 1' 1.75
3,5 I
3.0
3.0
S IL TY CLAY, light brown and gray, wl limestone
fragments and calcareous nodules, hard 4 .5+ 10-I -
-'
--... -4.5+ ~1s--_.._ ______ -------------------
I
LOG OF BORING NO. 8-16
CMJ ENGlNEERING INC. -
c:.it
'#. ~ii: ~-2 er II> "'(J)
~ o*-"" Cl • ~:::, cl§ ; ti; "D .......
Q :) C OQ C 1-.--o ~:<::: ~~ ~x ]!~ 0 a. C: f/J 0) ~ en · o E:, crE "'E ,lll~ oo 5:3 coo
::J ::J 0:: ::::i 0.-~<.) =>()a.
I
62 22 40 27
22 103 I 4200
18 j
I I
PLATE A.12
Cl z
ii
0
<ll
Project No. ~~ Proj ect Offsite Sewer Main -Hicks Indust rial Park .---------.-,-6-0-,1-n~-N-o-. ---..------·----------------------CMJ ENGINEERING INC. -
123..09-12 8-17 Fort Worth , Texas
Location Water Observations
See Plate A.1 1-:,---,-.,-----,,~--,------Dry during drilling; dry at completion
Com pletion I Completion
D epth 15.0 ' Date 1-20-10
·--
--
--
Su rface Elevat.ion Type
B-34,w/CFA
Stratum Description
CLAY, dark brown , w/ calcareous nodules , stiff to
ve ry stiff
CLAY, light brown and gray, w/ fimestone fragments
and calcareous nodules, hard
LIMESTONE, tan , w/ clay se ams
LIMESTONE, gray, w/ shale seam s , moderately
hard
-------------------------
~ l " () w
0::
.... di oE
. 'O
-(Q ~ !:!: Ql • <>
~~u, 0 a ..Q '° "? ~ £D CJ.. I-
I 1.5
1.5
2.0
4.5
4.5+
100/2.5"
10012"
0
0
N
0 z o o,.,':
C
-oi "'> ::@ o..w
di
-;I. ~u: -0 .Q ci-
~:~ ~ 0 ~
>, !l> -~::i ., 'o :5 E LC ! fl)
':2 .;" ..... Ql no C 0.-0 ~d zx ::,•-., ti) .!!le -..., 8E § o-E .!!!.E ~-g oo ·--ti) C..Q coo '.J :J .0.. ....J a.._ ~t) :::>....J :::>OO..
I
35 87 2280
57 20 37 21
... ----'---~--~-------------------~~-~-~--~-~-~-~-~-~-~---.. 0 g LOG OF BOR_IN __ G_N_O_. __ B_-_1_7 ________ ,. __ .. _______________ ~!:~TE A.13
C)t) ENGINEERING, INC.
February 26, 2008
TranSystems Corporation
500 West ih Street, Suite 1100
Fort Worth, Texas 76102
Attn: Mr. Raul Pena Ill, P.E.
Dear Mr. Pena:
RE: REPORT 123-07-10
HICKS INDUSTRIAL PARK
FORT WORTH, TEXAS
7636 Pebble Drive
Fort Wortb, Texas 76118
www.cmjengr.com
RECEIVED
FEB 2 7 2008
CMJ Engineering, Inc. is pleased to present herein the field and laboratory results of a
geotechnical investigation for the proposed industrial park of the above referenced project. The
geotechnical services were performed in accordance with CMJ Proposal 07-2216 dated
December 6, 2007. Authorization to periorm this investigation was provided by Mr. Raul Pena
Ill, P.E., Regional Vice President of TranSystems Corporation on December 12 , 2007.
CMJ Engineering, Inc. appreciates the opportunity to perform these services and to provide
laboratory results for the proposed Industrial park project. It is understood that the written
engineering report will be completed at a later date .
Should questions arise on information contained herein, please contact us . The following plates are
attached and complete this letter:
Plate A.1 -Plan of Borings
Plate A.2 -
Plate A.3 -
Plate A.4-A.10 -
Respectfully submitted,
CMJ ENGINEERING, INC.
arrett E. Williams, P.E.
Pres ident
Texas No. 52525
Unified Soil Classification System
Key to Classification and Symbols
Logs of Borings
copies subm itt ed: (1) Mr. Raul Pena Ill, P.E.; Transystems Corporation (by fax)
(2) Mr. Rau l Pena Ill, P.E.; Tra nsyste ms Corporation (by ma il)
Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992
--\-----------· \·--1 r --i r-1 ··--1 ··-··· · -------·-t J
I I I I I I I I ~
I\ l Nf
\~~---:::t:=====;~~_§A~S[_T_!jH~/CX~SL!r!:_!-IE~L£.04RY.:_OA~D'.--8-7f'------' B-SJ B-7
B~I I
I I \----~----~ u
---\-___ j_ ___ _J '
--,
I
I
I
\ -----_...-·-·--·-r
i
~----
LEGEND:
)
___ ..,_J ----
Boring Location
Approximate Site
Boundary
0 250 500 Feet
Approximate Scale
CM J ENGTNEElUNG. JNC.
PLAN OF BOR INGS
TRANSYSTEMS CORPORATION -HJCKS INDUSTRIAL PARK
FORT WORTH , TEXAS
PLATE
A .I
CMJ P RO JECT No. 123 -0 7-10
C
ui ro = .c 0 ..... "'~ (I)
TI Cl w ~
C OJ 'iii-;;; ~·-Cl-
I OJ ~ ·~
~ ro u E
(I)
£
Major Divisions Grp.
Sym. Typical Names
Well-graded gravels, gravel-
GW sand mixtures , little or no
fines
Poorly graded gravels, gravel
GP sand mixtures, little or no
fines
~
ct!
!!!. ·o
"' -0 cu
C: -~
'i"
Q)
('.:
ct!
8 ~c ~ ~ 6 GM Silty gravels, gravel-sand -silt . E
<.:: E mixtures (I) "' £ro~ c~
.§: ~ ~ i--+------------l a ·* ~~~ -~g
g; al O GC Clayey gravels, gravel-sand--"' N ~ } clay mixtures i ~
--------------------E~ 0 :: w I dd .ta> "' <1J SW Wei -gra e sands, gravelly _ ~
-g .§ sands, little or no fines ~ ~
mg rn 5 c~ 1---------------lu~ 3m roO co
Laboratory Classification Criteria
o.o c0 aoi2 c.= -greater than 4 : Cc= ---between 1 and 3
D10 D10 x 0 60
o..U~1--------------------l U) (/) _g
~~-~
(/) (/) !/) Not meeting all gradation requirements for GW -uro & CJ -6 -':{ Ol-----------,.---------1
~ ~ :~ Liquid and Plastic limits
· / 5 below "A" line or P.I.
' e greater than 4
"' m>------------<
"' rJ Liquid and Plastic limits
. w above "A" line w ith P.1.
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols
f ~ greater than 7
:i1----------'----------l : '-: o
: Ill D•o (Dao>2 c. = -greater than 6 : Cc= ---between 1 and 3
D10 o,o X D60
<1J m Poorly graded sands; ro g _,_; c o t5 .!:::! o E -o ~ c <1J ,._ ro "' -SP gravelly sands, little or no c "' (I) u Not meeting all gradation requirements for SW
00 ~>(l) ~ fi roru ~<ii . .c <1J ,nes "' .§ w o. ...;
C -2 <fJ -~l------!----1------------10 O 0. ('J Cf-----------,-----------l co c(O O LOsr-~
£ ~ 8 ~ _,_. fil gi, c c a3 Liquid and Plastic limits e -0 fil § Silty sands, sand-silt g' ~ 2 Jg c.
o __ o zc c o SM m·1xtures c a, ;,; _,_. ..... C'J below "A" line or P.I. less Li quid and plastic limits S <.::E (IJ~~"'e~ Jg £ .c ro ~ ~ ai .Q ~ o o than 4 plotting between 4 and 7
OJ > (I)
'iii
0
0
('J
ci z
C
<ll
£ en ~ '6 ~ "'ro -o E
w"'
·~ .!!2
Cl ro
~2
u: ~
0 ...... ro .r::.
C ro
:5
~
0 e.,
C
(1l
:S
w
0 e.,
3 ~ ~ 1---------------1 8. ~ :§ ....1 ~ ;;;__________ are borderline cases
mi<.:: (!):: · -g ·u -~ ·'= -o Liquid and Plastic limits requiring use of dual
rn ~ SC Clayey sands, sand-clay E ~ .ig above "A" line with P.I. symbols
Cl) o. mixtures w a, ·;;; ~ ~ c3 ~ greater than 7
0
U)
C ro en .c >--~ o3
u 1ii
'Cl (I)
C '-
{1l en
U'J :t=
~ E
Cl) =
" ·s
0-
2,
ML
CL
Inorganic si lts and very fine
sands, rock flour , silty or
clayey fine sands, or clayey
si lts with slight p lasticity
Inorganic clays of low to
medium plasticity, gravelly
clays , sandy clays, silty
clays, and lean clays
OL Organic silts and organic silty
clays of low plasticity
5n.---t--...-----,---,------t--r---t---,, /v
5,.ot--+---+--+----+--+--+--t---+-/----l
CH /
40!---t--t-----l,----t----+-+---+,,r--+--f-~
~ V 1! _?;-3n.._ _____ +----l
Inorganic silts , micaceous or ;g ~
diatomaceous fine sandy or ~ .. +' OH a1 dMH
silty soils, e lastic si lts -+~
MH
CH
OH
Inorganic clays of high
plasticity, fat clays
Organic clays of medium to
h igh plasticity , organic silts
Pt Peat a nd oth e r hi gh ly org anic
soi ls
2v.-~------t------cr'-t---;---1---i---t---1 /
/
0 10 20 30 40 5 0 60 7 0 80 90 100
liq uid limit
Plasticity Chart
UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.2
SOIL OR ROCK TYPES --=-GRAVEL
-0
SILT
HIGHLY
PLASTIC CLAY
LIMESTONE
CONGLOMERATE Shelby
Tube Auger Split
Spoon
Rock
Core
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No. 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf]
Soft 0.0 to 1.0
Firm 1.0to1.5
Stiff 1.5 to 3.0
Very Stiff
Hard
3 .0 to 4.5
4.5+
Coarse Grained Soils (More than 50% Retained on No. 200 Sieve)
Penetration Resistance Descriptive Item
(blows/foot)
o to4
4 to 10
1 Oto 30
30 to 50
Over 50
Soil Structure
Very Loose
Loose
Medium Dense
Dense
Very Dense
Relative Density
0 to 20%
20to 40%
40 to 70%
70 to 90%
90to 100%
Contains appreciable deposits of calcium carbonate; generally nodular
Having incl ined planes of weakness that are slick and glossy in appearance
Composed of thin layers of varying color or texture
Containing cracks , sometimes filled with fine sand or silt
Cone
Pen
No
Recovery
Calcareous
Slickensided
Laminated
Fissured
lnterbedded Composed of alternate layers of different soil types, usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic
Soft
Moderately Hard
Hard
Very Hard
Can be remolded in hand; corresponds in consistency up to very stiff in soils
Can be scratched with fingernail
Can be scratched easily with knife; cannot be scratched with fingernail
Difficult to scratch with knife
Cannot be scratched with knife
Poorly Cemented or Friable Easily crumbled
Cemented Bound together by chemically precipitated material; Quartz, calcite, dolomite, siderite,
and iron oxide are common cementing materials .
Degree of Weathering
Unweathered
Slightly Weathered
Weathered
Extremely Weathered
Rock in its natural state before being exposed to atmospheric agents
Noted predominantly by color change with no disintegrated zones
Complete color change with zones of slightly decomposed rock
Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
Proje.ct No. I Boring No. Proj ect HICKS INDUSTRIAL PARK ENGL'IBERING INC. -
123-07~10 8-1 Fort Worth, Texas
CMJ
Location Water Observations
See P late A.1 Dry during drilling; dry at completion; dry at end of day
Completion I Completion
Depth 15.0' Da.te 1-3-08
Surface Elevation Type
NIA B-47, w/ 6" CFA
ii: 0 (II 0 2 0
C: ii £ .0 0. .... 0) C'4 E E o.!: 0 '*' ~it -o .2 er 0. >, ~ Stratum Description • "O z" ~·t:l ·~ (!) (I) a:~ 0'$ ·:g' ~ _; 0 '# ~ o,;i:; ~ ?:-;:; C: w t/'i .. ·uj o: LL C: " .... ·.c
0~ ·C: I-"O
0 ·;;,;f :g +: ~'~T~~ ,::; <I)
8 Es [rl ;:; C: • "'~ €Fe --C: ~Cf} 0 !2 (!) en. :.~ .£2 .g ~ C Oo :§:} C 0 .0 \ er: ~ cn :0...1-0... (/) :J ::J 0...-1 o..._ 20 ::i o o.
-~ .GRAVEL, 4"gravel -CLAY; dark brown,,w/ sand, light brown clay and
I--limestone fragments . very stiff to hard 4.5+ 62 24. 38 12 103 6240 --~ ---w/ calcareous and ironstone nodules 3 .75 24 -5 ~ LIMESTONE; tan , hard --very hard layer 4" to 6" thick at 9' --=¢ 100/0.25
I-
I-
,-1!}-n-1 0UIU" I
--
--
-~
--
-1.:; r '
-w/ gray limestone seams at 14' 00/0,12 " r -------------------------
' j
LOG OF BORING NO. 8-1 PLATE A.4
~-----~------~---------------------------CMJ ENGINEERING INC. -
Project No . I B<><ing No. Project HICKS INDUSTRIAL PARK
123-07-10 8-2 Fort Worth, Texas
Locatlo.n Water Observations
See P late A.1 Dry during drilling; dry at completion; dry at end of day
Completion
Deptll 15.0' I Completion
Date 1-3-08
$urface Elevation
N/A
Type
8-47, w/ 611 CFA
: =~
:__5-~ --~ .... -, .. ~,~
: -~
:=-1~ ~rr-
.... -
,._ -
.... -h-1-
>-15,--c....J--.., E?
Stratum Description
GRAVE!,, 3'' gravel
CLAY, dark brown , w/ sand deposits and gravel,
very sti ff to hard
LIMESTON!; tan, very hard
-w/ few shaly clay seams / layers at 8'
-w/ gray limestone, ve ry hard at 14' ~-----------------------
~ =-+--73-l-_2_5-+-_4_8+-..,.,29:-+-_9_6-l-____ 6_12:..:0:....i
4.5+ 16
11 0010;25
0.0/0.12.' '
100/0.5"
~-+--+--if---+--+--+1----1
C, z
2
0 m 51---'---'-'------'---------------------''----''---'-----'---.,___,..__.,__ _ _.___.,___.,__ __ -I
0 LOG OF BORING NO. 8-2 PLATE A.5 g._ _________________________________________________ ....J
-
0 z
a?
0
"' "-0
(!)
0 ...
i
Project No . I Boring No. Project HICKS INDUSTRIAL PARK ENG!NEERCNG INC. -
123-07-10 B-3 Fort Worth, Texas
CMJ
Lo cation Water ObseNations
See Plate A.1 Dry during drilling; dry at completion; dry at end of day
Completion I Completion
Depth 15.0' Date 1-3-08
SJJrface Elevat ion Type
NIA 8-47, wt 6" CFA
u:: 0 (I) .0
.l!! 0 cit .c ;O a. ~ oi .{'\j
a E E o .S 0 '#-~ u:: ]·~ O' (1)
>, o; Stratum Description ....:?J ~~ (,/') ti> t <!> •• c:. "'~ 0 ~ ~ u. Q) ~ J?~ :5 ~ c=i ·t::: ~ V, C 0 , in: u.: ·-'!I) jd :.::x -Iii Of2 C a;v
0 0 fil > -z;.~ Ill 4l ti)-8E§ __.. C: • •-C ~~ vi l!J 0 .Q <!.) ti) m.m, .o-E rtS·.E 5:£ ~8 C ;O .c O O 0:: 0:: !l'.l CL!-a(I) ::i ::i a::':i :>.J :>UCL
-=~ GRAVl;l... 2" gravei
I-
CLAY; dark brown, w/ ironstone nodules, very stiff
to hard 4 .5+ 29 98 6680 ,..
3.75 70 21 49 16 -~ LlMESTONI; tan. very hard 100/0.25' -5-
--
100/0 .25 ! I-LLr I--
-10 1 -very hard layer at 9' 100/0"
~ I I ---
--
-h-l -w/ gray limestone, very hard at 14' 100/0.12q" i--1: -------------------------b-1
LOG OF BORING NO. 8-3 PLATE A.6
Project No. I Boring No. Project H ICKS IN DUSTR IAL PARK i ENGINEERING INC. -
123-07-10 8-4 Fort W orth , T exas
CMJ
Location Water Observations
See Pl at e A.1 Dry du ri ng drilling ; dry a t co mp let ion; dry at en d of da y
Completion I Comp letion
Depth 15.0' Da te 1-3-08
Surfa ce Elevati on Type
I NIA 8-47, w / 6 " CFA
if. .<JI 0 1
0 m 0 ,,.,
.i:! .D a. ~ O> N C: l.l.. g. E E o..S 0 'if!. ~ti 'O O • >, ·-CT ro Stratum Description • 'O ~-~ GJ "' II)·
D en Y) -ro
(,)~
]?;-11) -2.-:, .s ~-;;; ~ Q~ ~Cl) ~ :i C C: " 0 .. <Ila:'. . ·-af :2....; 'j;;d ~t -4> ~~ Ca. 'O
frl 0 3 C: LI.; "'> .,,-8E§ 0 .2 Cl) Cf! :.~ g:g "'E ,; "O 05 ·-"' ::::;::::; a: ::J -c ~<)
C.n C: o :o
0:: 0:: Cl'.) a. I-a. (I,) Q._ :J..J :::>Oo..
----GRAV EL. w/ brown clay nodules,3" gravel
-~ LIMESTON!; tan. very hard 4.5+ 8 -~00/0.25 n----+ -v ery hard laye r 6" thic k at 3' -
,-..5 rT ~00/0 .25
-=*1= ,-
---~ 00/0.12 .
I-rT
~ -n-00/0.251
-1~ ~ --
--
--
>-
r-1&-
LJ__ -w/ gray limestone layers at 14.5' 100/0"
tr -----------·--------------
LOG O F BORING NO. 8 -4 PLA TE A .7
..-------,--,--,-----.---------,----------------------------CMJ F,NGlNEF.RING INC. -
Project No. I Boring No . Project HICKS INDUSTRIAL PARK
123-07-10 8-5 Fort Worth, Texas
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion; dry at end of day
C ompletion I Completion
Deptt, 15.0' Dat e 1-3-08
\ ----
--~ : -+
-5 -,-L
'---_i,
= ~ ~ -
-1v ~L
--
--
.... -
,--1
Surface Elevation
NIA
Type
8-47, wt 6" CFA .
Stratum Description
GRAVE!,, 3" grave l
~. dark brown to light brown, w/ sand,
limestone fragments , calcareous nodu le s and
, gravel, hard
LlMESTONI; tan , hard
-very hard laye r 6" thi ck at 6'
-hard layer 4 " to 6" thick at 11'
•WI gray lime.stone , very hard at 13'
r
-1'., µ, -------------------------
:-r
~ "' ~ Q
0 0 w C1 a: 0:::
0
0 ._ rn N
0£ 0 ~ • 'O z
-a; ~-'# u '#. >-!·~~ !!:: ~ O>.o = ., rx: • C •
12 --
0 .3 ·Q) ~c~ "iii~ ~~ .:::; X ., "-' ~VE ., <ll ·-C: . .9 Q) q a,,!!! IU E ., -0 ~8 [l'.) a..1-a..(/) ::.;::i a: ::J ii:..=
4 .5+ 10
4 .5+ 50 21 29 23
I 10010"·
10 0/0.25'
0010 .12 .
I
00/0.25
...;
ell..
~ii u.!2 er
~-~'·!{? c:-::i ~~{g Of2 0 a. C:
!!:: U') o E::,
C .0: C: 0 0
::, ...J ::) (.) a..
97 2200
I .... 1---'---'-'----'----------------------"---'----'---'---...._ _ _.___...._ _ _.___.,____.,___ __ -1
0 g LOG OF BORING NO . 8-5 PLATE A.8
Project No. I Boring No. Prefect HICKS INDUSTRIAL PARK
ENGINEERING INC. -
123-07-10 B-6 Fort Worth, Texas
CMJ
location Water Observations
See Plate A.1 Dry during drilling; dry at completion; dry at end of day
Completion I Cornplet1on
Dept h 15.0' Date 1-3-08
Surface Elevation Type I
NIA 8-47, wt 6" CFA
it 0 th 0
Ill 0
C ii
:5 .0 a. .... cii N
E E o .E: 0 -;;?. ·~u: "O .Q ci-
0.. >, z 0 Ql (I) "' Stratum Description . "O :t;-~~~
0 (I} -"' c,a:: ~ t.)~
<!> • i!' ::i ~ ';!. u. !l) ~~ ~c t+= QJ en
~rt:' 1 C " oQ C Q_u
I " ·z; 4i :2..: ~d ·t; !? lrl 0 ·:i; u. 8E§ .£! a; 0 IJ> > ::,·-·-C ~ th 0 (G .,!;! crE _E tt!-c, Oo <=.o CO 0
0:: 0:: QJ n.1--a. CJ). ::; :.::; a. ::J 0:E :Eo ::> ..J ::>(.)a. -GRAVE!:, 3"9ravel 4.5+ 9
--. ~ CLAY, dark brown to brown, w/ gravei, asphalt, 4.5+ 57 22 35 13 -
-~
-i\. sand and calcareous nodules, hard r -LIMESTONE; tan, w/ few clay layers, very hard
'-00/0 .25
--5-
I---very hard layer 6" thick t 6'
'--10010.5' ,_ p;= ~ -tt00/0.25
'-10
I--
~ -
'----~ -hard gray limestone w/ shale seams at 13.5' to 15' l00/0.25'
-15 -------------------------....L
~
'
I
LOG OF BORING NO. 8-6 PLATE A.9