HomeMy WebLinkAboutContract 41263L
,(y
>P< \
. ' . FORT WORTH
SPECIFICATIONS AND ~CT DOCUMENTS
FOR CITY SECRETARY
CONTRACT NO . ~\ cl \.n3, STORM WATER UTILITY PROJECT -
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
CITY PROJECT No. 00474
WATER No. P253-541200-60817 00474 83
SEWER No. P258-541200-70817 00474 83
TPW No. P228-541200-20828 00474 83
JULY 2010
Michael J. Moncrief
Mayor
Dale A Fisseler, P.E.
City Manager
William A Verkest, P. E.
Director, Transportation and Public Works Department
S. Frank Crumb, P.E.
Director, Water Department
Richard Zavala
Director, Parks and Community Services Department
OFFlCt~1
CITY St
• f,J
:ORD
~ARY
• TX
PREPARED FOR:
The City of Fort Worth
L-------Dannenbaum Engineering Corporation
TBPE Firm Registration No. 392
6421 Camp Bowie Boulevard, Suite 400
Fort Worth, Texas 76116
Phone 817-763-8883 Fax 817-377-2956
-) -
/.
?-2?--/0
Official site of the City of Fort Worth, Texas
CITY COUNCI L A GENDA FORT WORTH ---...,..--
COUNCIL ACTION: Approved on 12/14/2010 -Ord. No. 19479-12-2010
DATE: 12/14/2010REFERENCE**C-24643 LOG 20CONSTRUCTION LINDA LANE OAKRIDGE TERRACE NO.: NAME: ----
CODE: PUBLIC C TYPE: CONSENT HEARING: NO
SUBJECT: Authorize the Execution of Contract with Conatser Construction TX , LP, in the Amount of $1,218 ,282 .50 for
the Oakridge Terrace and Linda Lane Drainage Improvements and Adopt Appropriation Ordinance
{COUNCIL DISTRICT 8)
RECOMMENDATION:
It is recommended that the City Council :
1. Authorize the City Manager to execute a contract with Conaster Construction TX, LP , in the
amount of $1 ,218 ,282 .50 for the Oakridge Terrace and Linda Lane Drainage Improvements ;
2. Authorize the transfer of $792 ,558 .25 from the Water and Sewer Fund to the Water Capital
Projects Fund in the amount of $405 ,158.00 and the Sewer Capital Projects Fund in the amount of
$387,400 .25 ; and
3. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in the
Water Capital Projects Fund in the amount of $405,158.00 and the Sewer Capital Projects Fund in
the amount of $387,400 .25 from ava ilable funds .
DISCUSSION:
The Storm Water Management Program was established to reduce flooding in Fort Worth , preserve
streams , minimize water pollution , and to operate the storm water system in a more effective manner
to fully comply w ith state and federal regulatory requ irements. This will be accomplished by
infrastructure reconstruction and system maintenance , master planning , enhanced development
rev iew, and increased pub li c education and outreach .
On September 22 , 2009 , {Ordinance No . 18838-09-2009) the City Counc il approved t he issuance
and sale of $45 ,000 ,000 .00 in revenue bonds for the Storm Water Capital Project Bond 2009 Fund to
fund a two-year storm water cap ital project program .
On June 12 , 2007 , {M&C C-22178) the City Council authorized the City Manager to execute an
engineering agreement w ith Dannenbaum Eng ineering Corporat ion for the design of the Oakridge
Terrace and Linda Lane Dra inage Improvements {City Project No. 00474) to address flooding issues
in the project areas . This des ign resulted in the recommendation for storm drain improvements on
Berke Road , Sahara Place , East Broadus Avenue , Glen Eden Drive , Linda Lane and South Riverside
Drive .
The Water Department has determined that deteriorated water and sewer lines should be replaced as
part of the project on the following streets , Berke Road , Sahara Place , Glen Eden Drive and South
Riverside Drive .
The project was advertised for bid on July 29, 2010 and August 5 , 2010 in the Fort Worth Star-
Telegram . On August 26 , 2010, the following bids were rece ived :
BIDDERS
Conatser Construction TX , LP
Cleburne Util ity Construction
Burns Company Construction
Circle C Construction
AMOUNT
$1 ,218 ,282.50
$1 ,331 ,583.45
$1 ,374 ,599 .10
$1,475 ,901 .25
TIME OF COMPLETION
175 Calendar Days
http://apps.cfwnet.org/council_packet/mc _rev iew.asp ?ID= 14 337 &council date= 12/14/2010 12 /15 /2 010
Tri-Tech Co nstruction , Inc.
Barson Utilities
Jackson Construction , Ltd .
Utilitex Construction , LLP
$1,477 ,'6 82.00 ·
$1 ,527,573 .80
$1 ,641 ,031 .90
$1 ,732 ,215 .05
The low bid for this project consists of $1 ,218 ,282 .50 for Conatser Construction TX , LP . Costs for the
implementation of th is project will be funded by the Storm Water Capital Project Bond 2009 Fund, the
Water Capital Projects Fund , and the Sewer Capital Projects Fund.
Funding in the amount of $69 ,000.00 is included for water and sewer costs associated with
construction survey , project management, materials testing , and inspection costs (water -$35 ,300 .00
and sewer -$33 ,700 .00). The contingency fund for possible change orders is $34,400.00.
Fund ing in the amount of $53 ,900 .00 is included for associated TPW costs for construction survey ,
project management , materials testing , and inspection costs . The contingency fund for possible
change orders is $25 ,000 .00 .
Conaster Construction TX , LP , is in compl iance with the City' s M/WBE Ordinance by committing to
22 percent M/WBE participation . The City 's goal on this project is 21 percent.
This project is located in COUNCIL DISTRICT 8, Mapsco 91 H and L.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations and the adoption of the appropriation ordinance , funds will be available in the
current cap ital budget, as appropriated of the Storm Water Capital Project Bond 2009 Fund , the
Water Capital Projects Fund , and the Sewer Capital Projects Fund .
TO Fund/Account/Centers
1&2 ) $387 ,4 00.25 P258 476045 7081700474ZZ
2)P253 531350 608170047452 $7,000.00
2)P253 531350 6081700 47480 $3,500.00
2)P253 531350 6Q81 70047 484 $875 .00
2)P253 53120 Q 608 1700 47484 $2,625 .00
2)P253 531350 608170047485 $21,300 .00
2)P253 541200 6081700 47483 $369 ,858 .00
2)P258 531350 708 170047 452 $6,700 .00
2)P258 531350 708 1700 47480 $3,4 00.00
2)P258 531350 708170047484 $850.00
2)P258 531200 708 1700 474 84 $2,550.00
2)P258 531350 7081700 47485 $20 ,200.00
2)P258 541200 708170047483 $353 ,700.25
1&2 ) $405 ,158.00 P253 476045 608 1700 474ZZ
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
1) PE45 538040 0609020 $405 ,158 .00
1) PE45 538040 0709020 $387 ,4 00.25
3) P253 541200 708170047483 $352 ,258.00
3) P258 541200 708170047483 $336 .900 .25
3) P227 541200 208280047483 $529 .124 .25
Fernando Costa (6122)
William Verkest (7801)
Michael Owen (8079)
http://apps .cfwnet.org/council_packet/mc _review.asp?ID= 1433 7 &councildate= 12 /1 4/2 010 12 /1 5/2010
ATIACHMENTS
20CONSTR LINDA LN-OAKRIDGE TER AO .doc
M AND C 00474(re vised).pdf
http://apps.cfwnet.org/council_packet/mc _review .asp?ID== 1433 7 &council date== 12/14/2010 12/15 /2010
CITY OF FORT WORTH, TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
to the
Specifications & Contract Documents
for
STORM WATER UTILITY PROJECT
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
CITY PROJECT N'O. 00474
Bid Submittal Due .Date: August 26" 2_010:
Addendum No. 1 Issued: August 20, 2010
The Specifications, Contract Documents and Drawings for the above mentioned
project are re vised and amended as foHows:
The Contract Documents for the subject project are hereby amended as follows:
A CLARIFIGATldNS:
1 . Remove Proposal for Unit I -Water and replace with attached
Proposal for Unit I -Water modified by Addendum No.1.
Modification includes addition of Pre-bid Pay Item for Type s·
Backfill..-lnstall.
2. Remove Proposal for Unit Ill -Drainage and replace· with attached
Proposal for Unit Ill -Drainage modified by Addendum No.1.
Modification includes addition of Pay item for Pavement Marking-
Crosswalk 12 Inch-HAE Thermoplastic---lnstall, and. Pay Item
for Pavement Marking-Crosswalk 24 Inch -HA E
Thermoplastic-Install.
3. Remove MWBE Documents (MWBE Special Instructions to
Bidders, MWBE Subcontractor/Supplier Utilization Form, MWBE
Prime Contractor Waiver Form and MWBE Good Faith Effort Form)
and replace with attached MWBE forms modified by Addendum
No.1. Modification includes insertion of MWBE Project Goal
percentage .
4. Delete-' Section 02840 -Turf Sodding' from the end of Section 5.
A -1
G :\1210\4278-32\Project\Specifications\Final Specs\Addendums\Addendum No. 1\00474 Addendum No .
1 ,doc
· 5. Remove Sheet C-2 from Section 6.7 'City of Forl Worth Contracf
and replace with the attached Sheet C-2 modified by Addendum
No.1. Modification includes number of Calendar days in which
project must be completect.
6. Remove Section 7 Cover Sheet arid replace with Section 7 Cover
Sheet She.et modified by Addendum No.1. Modification includes
addition of TxDQT Permit (fTW20t00726·165447t
7. Insert TxDOT permits 03-SD.-107-09, 03-DCC-73,-10 and
FTW20100726165447 within Section 7.
8. As definecf byTexas Commi~sion on Environmental Quality
(TCEQ) regulations, a Texas Pollutant Discharge, Elimination
System (TPDES) General Construction Permit is required for all
construction activitie$ that result. in the disturbance of one to five
acres (Small Construction Activity} orfive or more acres of total
lanct (Large Construction Activity). The Contractor is defined as an
"oRerator" by state regulations and is required td obtain a permit.
Total areas of project sites to be disturbed is approximately 3 .5
acres.
8 . CONSTRUCTION CONTRACT DRAWINGS: (PLANS}:
1. Remove Cover Sheet and replace with the attached Cover Sheet
modified by Addendum No.1. Modification includes' C ity Officia ls
signatures.
2. Remove Sheet 52 'Miscellaneous Details' &Sheet 63 'Line D
Miscellaneous Details' and replace w ith the attached Sheets 52 &.
63 modified by Add.endum No.1. Modification reyisesSform Sewer
Embedment Detail.
This Addendum No. 1, forms part of the Specifications & Contract Documents for
the above referenced project and modifles the origi nal Specifrcations & Contract.
Documents of the same.
Acknowledge your receipt of lhis Addendum No, 1 by completing the requested
i nformation at the following tocations:
( 1 )s hl the space provide on the · signature page of the Prdposal
(2) Indicate in upper case letters on the outside of your sealed bid envelop:,
"RECEIVED & ACKNOWLEDGED AQDENl)UM No.1"
(3) Execute acknowledgement below and submit:signed copy with your proposal
· at the time of bid submittal
A-2
G :\1210\4278-32\Project\8pecifications\Final Specs\Addendums\Addendum No. 1 \00474 Addendum No .
I.doc
(3) Execute acknowledgement below and submit signed copy with your proposal
at the time of bid submittal
Failure to acknowledge receipt of the-Addendum No.1 could cause the subject
bidder to be considered "NONRESPONSIVE", resulting in disqualification.
RECEIPT ACKNOWLEDGED
By: ____________ _
Company:'. __________ ~
William A Ver(<est, PE
DIRECTOR
TRANSPORTATION & PUBLIC WORKS DEPT;
By:. __ --'--~---='-=S"--/------~
Michael pwen, P .E ;
Project Manager
A-3
G:\1210\427&-32\Ptoject\Specifications\Final Specs\Addendums\Addendum No . 1\00474 Addendum No.
l.doc
City of Fort Worth P,ojoc1 Manago,, t,IICHAEL OWE'tl '
Project 00474 -LINDA LANE & OAKRIDGE TER~CE DRAINAGE IMPROVEMENTS
Un it/SecJion: UNIT l • WATER A.OPENDUM No .1 P,253 .
Contr~Qr IMtt.~nt:
fill in gnMn calls Wjth y.0!.11' CFW Vendor 10, )'.our Company Nam& ,od you, bid amounts.
Wtwn y~ bid 51 tof'{IPMte, NW and ck>,~ •tart Sw:zs.lW -,ld Adel yo,,g propoAI to 1M
{Ql4o, Wi1ll y-eom,,.oy.-wil!"" p,-a;..t·• ~id .lloopc, .... _fojdo,o.
&U>IN¢5MPL£re,h~'in..,;.,-~ .. » dl~r"""''..;;.,,1 ... ..,,.i.i,'; • ..,-·~ • .,....,..Jri<it,otono a~lllo
• bid
Bid Items
Lina Number
1
2
10
12
13
14
15
·16
17 ,.
10 ·
20
21
Material
sorw:ees
Iron
Ocscri tion
0 Mix.-ll'Qal
-lnGtal
Unit of YqurUnit
Total Biq Thi~ Unit
so.oo
S0.00
$0.00
$42$.00
S0.00
S0.00
0 .00
S0.00
$15,000.00
$15 ,429..()0
City o,f Fort Worth Projoe<Yanagor. MICHAEL OWEN
Project 00474-LINDA LANE & OAKRIDGE TERRACE DRAINAGE IMPROVEMENTS
Uni!/Se~trpn: U!o!IT Ill • ORAINAG .E Al)OENOU~ No .. 1 P228'
8/1712010
474
fill in grwn cell• with your CF'W Vandor10, y9ur Company Nama •nd your bid amoum,.
WMn your bid Is complate, uw and cJoa•, atartBt,g:ZNW and Add yotir pr()?OAI ~ott:Mt
foidar ~tlyour C~p&Oy ~-~-~ Pf11,ct'•.~d Juapo~u fo~rs.
,&ID U<COl!l>LETil T ... 1(,c;_...,_~ .... ___ tt ... r ... s-fl•l!l>wlll•ll.,.t~l>Of--klli<lQlho ...
Bid Items
Unit of Your Unit
Line Null)ber CPMS Rccor;=cd.;.N::u:::mc:::b:::•::.'--.:;M~•:,;te::,:n,.'a;;l-====:-:-==,---...;D:;.e::::s:.:c:.:.ri=li::;:o,.;n __________ .....,M;;;•;.;a;:s~u;.;r•=--=~~"'-..,...,=7e:i'==,,,,.-....cy.;:o.;:u$,,~"'~"'~"'d;.,
00
c;;--t
10
11
13
14
17 ,.
10
20
21
22
23
24
25
26
27
20
30
31
32
33
3$
36
Jl
36
30
40
41
42
43 ..
•• 47 ..
50
53.00
18,00
4 .. 00
2-47 .00
346.00
3.S .00
56.00
2 14..00
3583.00
0.00
2CW4.00
55.00
00.00
$18.SO
so.oa
$1;000..00
so.oa
so.oa
S0.00
S0.00
so.oo
$0.0Q
FORT WORTH --" ---City of Fo.rt Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS· FOR BIDDERS
APPLICATION OF POLICY
If the total dolla,: value of the contract is $25,000 or more, the M/WBE goal is applicable.
If the total doll ar value of the contract is less than $25 ,000, the M/WBE oal is not a licabte.
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. Alf requirements
and regulations stated in the C ity's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS -
The City's M/WBE goa l on this project is 21 % of tlie to.tat bid (Base. bid app!fes to Pa rks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with f he intent of the C ity's M/WBE Ordinance by
either of the follow in g:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiverdo_cumentati'on, or;
4. Joint Venture.
1. Subconfractor Utilization Form , if'goaiis received by 5:00 p.m., five C!?) City business days after the bid
met or exceeded:. openirn:1 date, exclusive of the bid openinq date.
2. G.ood Faith Eff6i1 'and Subcontractor rec;eived by 5:00 p .rn., fi ve (5) City .business days after the bid
Utilization Form , if participation is less than opening date, exclusive of the bid opening date.
stated goal :
3 . Good Faith Effort and Subcontractor rece ived by 5:00 p.m ., fi ve (5) City business days after the bid
Utilization Form , if no M/WBE participation: opening date, exclusive of the bid open ing date.
4 . Prime Contractor Waiver Form, if you wtll rece ived by 5:00 p.m., five (5) City business days after the bid
perforrnan subconfracting/supplier work: opening date, exclusive of the bid opening date.
5. Joint Venture· Form, if utilize a joint venture received by 5:00 p.m., fi ve (5) City business days after the bid
to met or exceed qoal. openinQ date, exclusive of the bid 'open inq date .
FAILURE TO COMPLY WITH THE .CITY'SM/WBEORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contactthe M/WBE Office at (817) 392-6104.
Rev . 11/1 /05
ADDENDUM NO . 1
PRIM!= COMPANY NAME :
PROJECT NAME:
Chy of Fort Worth
Subcontractors!Suppliers Utilization Form
ATTACHMEN T1 A
Page 1 of4
, Check appli<:.able block to describe prime
I MiWIDBE I I NON-M/W/OBE
BID DATE OAKRIDGE TERRACE & LINDA LANE August 26, 201!)@ 1:30PM
City's M/WaE ,Project Goal ; l Prime's M/WB!: Project Utilization: PROJECT NUMBE,R
21 % ' % DOE ' NO. 5414 ; CITY NO. 00474
I dentify all subcontractors/suppliers you will use on this project
Fa il ure to. complete th is form, in its entirety with requested documentation, and rece ived by. the Man-aging
Department on or before 5 :00 p.m . five<(5) City business days after bid opening, exclusive of bid opening, date ,
w ill result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) li sted ln tl'J i,s
uti,lization schedule, cond itioned upon execution of a contract. w ith the City of Fort Worth. The intentional
am:1/or , knowing misrep~se.ntation of fact$ is grounds for consideration of disqualification and will result in the
bi d being considersd non-responsive to bid specificat ions
MJWBEs listed toward meeting the project goal tnlist' be located in the nine (9) county marketplace or
currently doing bu$iness in the marketplac,e ai the time of bid. Marketp lace is the geographic a rea of Tarrant,
Pa rker, Johnson , Collin, Dall as, Denton, Ell is, Kaufman and Rockwall coun ti es,
Identify each Tier level. Tier is the lev~I 0,f 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 cons idered 2ru1 t ier
ALL M/WBEs MUST BE CERTIJ=IED BEFORE CONTRACT AWA~D .
Certification means those fir ms, located or doing pus in ess at the time of bid opening within the, Marketplace. th at have
been determined to be IJona fi de m inorlty or women businesses by t he North Centra l Texas f{eg ional Certification
Agency (NCTRCA}, or the Texas Department of Transportation (TX DOT), highwa1/d ivisfbn . Disadvantaged Bus iness
Enterp ris e (DBE) is synonymous with Minority/Women Bus in ess Enterprise (M/WBE}. ,
If hauling se rvices are utilized, the prime will b.e given credit as long a s. the M/WBE' fisted owns .and
operates at least one fu ll y licensed' and operational tr uck to be used on the contract. The M/WBE may lease
trucks from another M/\NBE firm, including M/WBE owner-ope rators, and rece ive full M /WBE cred it. The
M/WBE may lease trucks from non-M/WBEs, i ncludi hg owner-opera tors, bu t will on ly re,ceive credit for the
fees and comm iss ions ea rn ed by the M/WBE as outlined in th e lease ag reemen t.
Rev, 5/30/03
ADDENDtJ M NO. I
F<>RTWORTH
~
A I 11'\l.,MIYICI~ I i i\
Page 2 of 4
Primes are required to identify ALL.subcontr.actors/suppliers, regardless of status; i.e., Minority, Women and non-MM/BEs.
Please list M/WBE firms first , use additional sheets if necessary.
Certification N
{check one) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Detail Company Name i N
.c X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B a R 0 B E E C T E
A
"
'
Rev. 5/30/03
ADDENDUM NO. 1
Fo1nWORTH'
~
AIIJ\1.,nlVlt:1~11~
Page 3 of 4
Primes. are required to Identify ALL subcontractors/supplleri;. regardless of statu~; i.e., Minority, Women and non-MJWBEs.
Please l ist MIWBE firms first, use additional sheets if necessary.
Certification N
(ctieckone) 0
SUBCONTRACTOR/SUPPLIER n T T Detail Det.;iil
Company Name i N
C X M Subcontracting Work Supplies Purchased Dollar Amount Address 8 M w r . D w Telephoneffax r B, B R 0 e · E E C T E
A
...
..
Rev. 5/30 /03
ADDENDUM NO. l
FORTWORTH -...,.---
Total Dollar Amount of MIWBE Subcontractors/Suppliers
Total Dollar Atnount of Non-MJWBE Subcontractors/Suppliers
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS
$
$
$
Al IAI...MIV!t:1'11 I A
Page4of4
The Contractor will not make aQditions, 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 shalt 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 detaile,d explanation of how the requested change/addition or deletion will affect the committed -
MIWBE goal. If the: det,;1il explanation is not submitted, it will aff~ct 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 regardirtg actual ' work performed by all subcontractors. including
M/W/DBE(s) arrangements submitted with the bid . The Offeror also agrees to allow an audit and/qr
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with: owners, princlpals, officers, employees and applicable
subcontractors/supplfers/contractors partici pating on the contract that wlll $Ubstantiate the, actual work
performed by the M/W/OBE(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 fqr a period of not less tha,n three (3) yea(s c:1nd fodnitiating, action under Federal, State or
Local laws concerning fa lse statements , Any failure to comply with this. _ordinance and create ~ material
breach of contract may result in a determination of an irresponsibl e Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Al.lth,orized Slgnature Printed Signature-
Tjtle Contact Name/Title (if di fferent)
Company Name Telephone and/ot Fax
Address e.mail Address
Ciiy1State1Zip Date,
Rev. 5130/03
ADDENDUM NO . 1
FORT WORTH ·~-·
City of Fort Worth
Prime Contractor Waiver Form.
A TIACHMENT 18
Page 1 of 1
PRIME COMPANY NAME: Check appllcable block to describe
ori me
PROJECT NAME: I MMI/DBE I I NON-MW/DBE
8IODATE OAKRIDGE TERRACE & LINDA LANE August 26, 20 IO ~ l :30PM ·
City's M/WBE Project Goal: I PROJECT NUMBER
?.1 o/o DOE NO ~ 5414; CITY NO. 00474
If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort ~orm). All questions on
this form must be completed _and a detailed explanat ion provided , if appl icable . If the answer to either question is
NO , then you must.comp lete ATTACHM,ENT 1C. Th is form is on ly app li cable if both. answers are yes .
Failure to·comple~e 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, wilt' result in the
bid being considered non-responsive to bid specifications.
Will you perform this entire contract without subcontractors? Yl:S
If yes, please provide a detailed expfahatlo n that proves based on tb.e size and scope of th is
. proj ect, Jhis is yo,ur norma l bus iness pr~<:tice and provide ~noperational profile of your busi ness. NO
Will you perform t his entire contract without suppliers? YES
ff yes. please provide a petalled exp lanation that prove$ basecl on the siz~ and scope of th1s
project, t his Is you r normal bus iness practice ancl prov ,df;l an inven tory profile of your business . NO
Th e bi dder furthe t ag rees: to· pr,ovide , directly to the Cfty upon request, comp lete and acc urate informati61:l
regarding actual work performeq. by all subcontractors , i ncluding M/WBE(s) on th is contract, th e payment
the refore and any proposed changes to the original M/WBE(s} a'r ra ngements subm itted with· this bid. The bidder
also agrees to all ow an aud it and/or exam ination of any books , reco rds and ·files held by th eir company that will
substantiate t he actual wo rk pe rformed by the M/WBEs on this contract, by an c1 utho ri zed officer or employee of
the City , Any intentional and/or knowing mi srepresentation ot facts Will be · grou nds for te rminating the contract or
debarm~nf from City work fo r a per iod of not less than ,three (3') years and for initiat ing action unde r Federal, State
or Local laws co ncerning fa lse statements . Any failure to comp ly w ith thi s ord inance creates. a mate ri al breac h of
cont ract.may result in a de term in ation of an irrespons i ble offerer and barred from partic ipatin g rn City wo rk for a
pe ri od of ti me notless than one '{1~ iear. ·
Au th orized. Sign atu re Printed Sign ature
Tilfe Co ntact Na me {if diffe rent)
Compa ny Name Phone Number Fax Numb er
Address· Em ail Address
City/State/Z ip Date
Rev . 5130/03
ADD END UM NO . I
ATTACHMENT 1C
Page1 ofl
FORT WORTH
-~
PRIME COMPANY NAME:
PROJECT NAME:
OAKRIDGE TERRACE
City's MIWBE Project Goal:
21 %
&
City of Fort Worth
Good Faith Effort Form
LINDA LANE I PROJECT NUMBER
DOE NO. 5414;
Check applicabte,block to describe
orime
: I MNV/DBE I I NON-M/\N/DBE
l1DOA1E ugust 6. 2010 <@.1:30PM
CITY NO. 00474
lf you have failed to secure M/WBE participation and you have subcontracting andfor supplier opportunities or If yout
DBE participation Is less than the City's project goal, you must complete this form.
If the pidder's method of coryipliance with the M/WBE goal is based upon demohstration of a
"good faith effort'\ the bidder wiO have the burden of correctly and accurately preparing and
submitting the documentation required by the -City. Compliance: with each item, 1 thru & below,
shall .satisfy the Good. Faith Effort requirement absent proof of fraud; intentional and/or knowing
misrepresentation the facts or intentional dfscriinination by the bidder;
~
Failure. to com~lete. this-form, in its entirety with supporting documentation, and received by the
Managi_ng Department on or be.fore 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.
1.) Please list .eacti. and every subcontracting ahdlor supJjlier opportunity} for the completion of this ·
project, regardle$.13 of. wh~tl)eritis to be prov:ided ,by~· 1111/WBE or non,.llllfWBE; coo NOT LIST NAMES
OF FIRMS) On Combined Projects, list. each subcontracting and or supplier opportunity tnrough the
2nd'tier. .
.. (Use additiori'til sheets; if hec;essary)
List. of Subcontractlng.'Opportunities List of Supplier Opportunities
'
Rev. 05/30/03·
ADDENDUM NO. 1
ATTACHMENT 1C
Page 2 of3
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 MIWBE mall fisting to include name of firm and address and a dated copy of letter malled.)
__ No
4.) Did you solicit bids from M/WBE firms,.within the subcontracting and/or supplier areas previously
listed'. at least ten calendar days prior to bfd 011ening by ,elephone, exclusive of the day the bids are
opened?
Yes (If yes, attach list to include!!!!!!! or M/WBE firm,Jl.!!!S!.2n contacted, _phone number and~ and t!mi 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 MIWBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire lisUo be in compliance-with questions 3 and' 4. If the list of MIWBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two~
thirds (2/3) of the list withiri such area of opportunity, but not less than ten to be in compliance with
1
questions 3 aod 4. ·
5.) Oid·you pr<>vide plans and specifications to poteotlal M/WBEs.or information regarding the location of
plans, and specifications in order to assist the M/WBEs?
__ Yes
__ No
ij.)_ Submit documentation if M/WBE quotes were rejected " The documentation submitted should be in
the forms Qf an affidavit, includ_e a detaileµ explanati9n of Why the Mf\NBE was rejected and any
supporting dotumentation the biddet wishes. to be conslde.red 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.
(Pleas-e US'6 a.ddi tior,alsli~ets, if necessatv. and att;,c:h,J ,
Company Name Telephone Contact Person Scone of Work Reason for Reiection
Rev. 05130/03
ADDENDQ:M NO. 1
ADDITIONAL INF'ORMATION:
A TIACHMENT 1C
Page 3 of 3
Ple~sEt pr:ovide additional information you feel will further. explain your good and honest efforts to obtain
MIWBE participation on this project.
The bidde.r further agrees to provide, directly, to the: City upon request, complete and
accurate-information regarding a~tual wo:rJ<. performed. on this contract, the payment
thereofand any proposed changes to the original arrangements submitted with th.is bid.
The. bidder also agrees to allow an audit and/or examination of0 any books,. records and
files held by their company that will s'ubstantiate the actua.t work. performed on this
contract, by an authoriied .offfoer or employee orthe City.
Any intentional and/or knowing misrepresentation of fact$ win be grounds for
terminating the contract or deb~ument from City work fora pe.riod of not le$s; than t hree
(3). years and for i nitiating action under Federat~ Sfate or Local laws concerning false
statements. Any failure to comply with this: ordinance and creates a mate.rial breach of
contract may result in a determination of an Jr.responsible offeror and barted from
participating in City work: for a period of time not less than one (1) year.
The undersigned certifies that the information provided and. the M/WBE(s) listed
was/were contacted i n good faith.. It is understood that any M/WBE(s) listed . in
Attachment 1C will be .contacted and the reasons for not using t hem Will be ve r ified by
the City's M/WBE Office ..
Authorized Stgnature Printed Signature
Title Contact Name and Title (if different}
Company Name Phone Number Fax Number
Address Email Address
City/State/Zip Date
Rev . 0$/30/03
ADDENDUM NO .. t
,
approval of the Transportation & Public Works Department of the City of Fort Worth and City
Council of the City of Fort Worth Within a period of 175 Calendar days.
If the Contractor should fail to complete the workc as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated; plus any 13dditional time allowed as provided in
the, General Conditions, there shall be deducted from any monies due or which may thereafter
become due him, the sum of $240 per working day, not as a penalty but as li quidated damages.
the Contractor and its Surety shall be liable to the Owner for such deficiency.
5.
Should the Contractor tail 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, S(lecifications and Contract Documt?nts,. then the owne( shall h,,we 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 tfie work in such manner as it may deem
proper, an<:I if in th,e completion th~reof, the cost to the Owner shall exceed the contract price or
prices set forth in the Plans and Specifications made a part hereof, the Contractor and/or its,
Surety shall pay Owner on demand in writing, setting forth and specifying and itemized statem,ent
of the total cost thereof, said excess cost.
6.
Contractor Covenants and agrees to indemnify the Owner, Owner's Engineer and
Architect, and their personnel at the P.roject site for Contractor's sole negligence, In ~ddition,
Contractor covenants and agre.es 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 offieers, agents,
employees, subcontractors, licensees . or invitees, whether or not any such injury, damage. or
death is caused; in ·whole or in part; by the· negligence, or a'lleged ,negllgence of Owner, its
officers. servants. or employees. Contractor likewise covenants and, agrees, to indemnify and
hold harmless the Owner from and against any and al[ inj',lries to Ownet's qfficers, servants and
employees: and any <:lamage, loss or destruction to property ·ofthe Owner arising from the·
perfonnance of any of the terms and condltions of this. Contract, whether or not any such iniury
or damage Is caused, In whole or In part 'by the negUgence or alleged negUgence of Owner,
its officers, servants or employees.
In the event O~er receives a written claim for damages against the Contractor or its
subcontractors prior to final payment; final payment shall not be made until Contractor ,,lither (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 deemed appropriate, refuse to accept bids oh 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 of Fort Worth contract.
6/17/09
ADDENDUM NO .. 1
C-2
w
a
� �
v a
:"1��9�
.,y�
�i'�o��m
�pVm�b
� avb
s"a����
ronr„>r
i$iiii
s� s s a' s
iiiiii
nnnnnn
m.r�� o w� a�o c
rnHc�inc�i
000000
��-•-
������
ii ii i5 i3 G i3
�3�BR
E
a
N
1
0
0
ri
�
�
0
a
`' ' ° ' (
ENGINEERING CORPORATION
T.B.P.E. FIRM REGiSTRATION # 392
6421 CAMP BOWIE BLVD., STE.400 FL WORTH, TX. 76116 (817) 763-8883
.�y*l� �F TF,Y�I
5, ,- ' .... �f1,
���f: � :i.�f�
f............................. y
� cuRns s. cvov�u
� ... .......................:.. S
4+ q.. ssna ; �.�
�� ��"f.sE�'1STfRE�•�a�i'�
tt ��:�-=e=�
� -- / /
/ -J- f '_ -'-�-.._�
SIG�Afi�RE
% /°_!�
DATE
MI�E J. MONCRIEF
MAYOR
DALE A. FISSELER, P.E.
CITY MANAdER
WILLIAM t�. VERgE3T, P.E.
TRANSPOATATION AND
PUH4IC WORSS DIRECTOR
S. FRANg CRUMB, P.E.
WATER DEPARTMBNT DIRBCI'OR
����
��� ���� �� ���� �����
�����
��C�I�I�I[ i�A�7�E1$ �CT°�C�I.ITY �I$���' ��
�AL:�IE$�Y��� �C��$�AI�C� �
����� ���� �������� ��1I'�������lV ��
�E�VER ��$�JE�°�° N�. F258�5��1�00-���1�Q��9�8�
�A�°E�$ I-�I$Q�J�C`�' N�. F�5��5�1200p60�1i00�i�8�
CITY IaR�JECT N�. OO�ii4
... ....... l\ __...` _..__. . � . . .
\ il�
\ �
�
, .....�. ...._..
�.�,\ l � _6RdPSYIHS 4�IB
.... ,..,,., .., .
LOCATION MAP
WILLIAMI �. RgEST, P.E.
DTRSCTOR TRAN RTATION AND PUBLIC WOR%8
.�—.
�an'� ���� ��'; ,
�r ANDREW T. CRONBERG, P.E. � �%�'`
�U. ':.:�1�',...�_ �x�r---"
A&4I3TANT DIRFJ'TOR. WATBR DSPARThIBNT ?-� 7-,_
RIC�iARD Z�VALA
DIRSCTOR PARg.4 AND COMMUNPL`f SERVICES
. � ��� � .' ._..+..
� •"' ( 7�:..,. -
REl'IBWBD BY
PR07ECT MANAGER
�
N
1
�
�
0
N
X
d
�
O
O
Z
U
�
�
a
�
�
T/z3/..o
DATE �
Z
a
0
flL� l�7 w
DATS �
�
Z
8 �✓�,o �
. �
�ATE �
�
� /t r �
DATB p
Y
Q
O
833HX
E
M
a
0
N
Oi
�
0
�
0
d
� . . . . . ... . . .
PROP STORM SEWER
mc�
w� ¢.UN
? � UN
� n CONS
15'�wsnNc ununrl d_ I f E_
EA ENT � -
. PLUG & ABANDON EXIST WATER
- EXIST WATER
�
���������, Y ,
A Nz �
d � " b
( STORM SEWER I.O. + 10' I
� 45' BENDS ri1TH MECHANICALLY RESiRAINED
JOINTS & CLA55 8 CONCRETE THRUST BLOCKINC
AS REQUIRED (iYP) �
�UCi1LE IRON PIPE AND FlTf1NGS
_ocnnoN! OO I OO I OO I OO ��� � I
� STA/OFFSET ROADWAY rk. FL EV OIA E
A ( 0+45.9b (7.5' R 0+54.80 6J' RTri1 0+66.09 7.5' R 0+78.09 7.5' RTiI 661,51 � 8" S.S.
� �) � 0+5G.25 j75,R�) 0 81.65�J7.5' RT �'0+88.86 (45� R��hD+8685 (60.5' R� 675.42 � 21� RCP
I E) 10+97A2 �37.6 R 110+98.17 (56.4' R�
( G� � 9+20.�8 1� 9+24.43 r1 � � I 635.66 � 24' RCP
� M 17+01.70 (935' Ln�i6 97. 1'(935' LT)�6+55.02 1935'L�16+51.8197(93.5' L�� 616.56 � 8" S.S �
WATER MAIN LOWERING DETAILS
�
CRUSHEO STONE
S70RM SEWER
O
(g� PROP. WATER
r ���
f
C
SiORM SEWER I.D. + 10' �
DUCIILE �RON PIPE
(A� Q8 C
STA (OFFSET DIi1/TYPE FL ELEV FL ELEV DIA/TWE
ROAUWAY �
4+50.33 � 36' RCP � 667.54 672.97 8' PVC
5+51.39 � 21' RCP � 641.57 639.23 B' PVC
� 6+07.22 7.5' R I 21' RCP � 610.60 � 507.86 � 8' PVC
I 7+72.20 7.5' R I 21' RCP I 609.81 I 607.12 8' PVC
I 10+31.57 7.5' RT 21� RCP � 608.2� � 605.67 � 8` PVC
� 12+01.76 7.5' R� 36' RCP � 604.22 I 670.40 � 6" PVC
WATER MAIN CROSSING DETAILS
SEIECT NATIVE MATERIAL COMPACTED i_ B� + 2 _�
TO A DENSIN OF 90Y. PROCTOR
(95X PROCTOR IF UNDER PAVEMEN»
FlLTER
� STA. 0+00
BEGIN LINE A
CONNECT TO EXISTING INLET
N = 6936593.35
E = 2338355.79
FlNAL BAqCfill
TOP OF PIPE
INITIAL BACKFlLL
aeooiNc
�ocnnoN
i c)
� F}
� �
I
J
K
STORM SEWER EMBEDMENT DET/�ILS
I ' .
- - Row _ _ _ --�. 1 ''- .
� � � � ��
�` _ I
PROPOSED
48' RCP
EXISTINC 24' RCP �
TO BE RE1A04E0 � �
� �
30 ='-r`-
_. • /
` /� �
`\ q so� iN�r ;
i
�UNJ4b �30MI�G3�� f� DQ�M[� ;
,
;
X F-
m �
c+ �
z �
�o
m
U
�
� . _ -.-�`;"
��^,, '~ �� NNE A) 48" RCP
� � �,
�" �, �0�6. i'.--�_
�'�.t "'. Dt�yIVEWAY,� •'
A
�/ _
LINE LOWERING 'A'�
48" RCP CONNECTION WITH EXISTING INLET
s�o .
_ '_ _. .' `- - _ . _-
1: ;9.;8;�- I :� �
sss I; I: s. a'�
� �
` .. . n
' . : ' EXIS �G GRADE
. ,. �.. . _ .. ..
, . . . i � : � . . .
666 ' � . ; � � ' . '
� � ;48' R:P'- � � � : � . . �
664
� :
; ' i
� �
; i .
. . ' . . ' . ,.. , _ ' _ ... . ... . ' _ ' _ _' ' � � . . __ ' . _.
sss , ' , . �- [ -
sso _ ,
. __ 1. . �
658 �
,
: : i : : � d"�- . - � .
. . . �. _. ." '" -. . � � � ... ..� � . . .. �.. ' .. . ,. � .
s�Js ' . . . II� I �
z=
NOTES: . _ � . _ ' N.. . . , ' . .
4 . .
7) PIPE EMBEOMENT SHALL BE CRUSHEO STONE IN CONFORAIANCE W1TH COFW SPECIFlCATION 402.2. , 6S4 � . � � .. � . _ ,
2) fOUNDATION IYHERE TRENCH BOTTOM IS UNS7A9LE, THE CANIRACTOR SHALI EXCAVATE i0 A SECTION A-A
MATERIALS
, AND FILTER FABRIC. �
, �, „ ..,.,, .,,,,,,,, ,.... ..,, �,., � ...., ....,�. ,,.,,.,, ,...., � , ,
OEPTH REqUIREO 8Y ENGINEER AND REPIACE YA1H A FOUNDATION OF BEDDING IAATERIAI (6" MINIAIUAI THICKNESS).
3) MEASURES SHALI BE TAKEN TO PREVENT IAIGRA710N Of NATIVE flNES �N70 BACKFILI MATERIAL.
HOFtIZONTAL �0 0 f0 20 30
4) fOR PIPE DIAMETERS GREATER THAN 36', EAIBEOAIENT SHALL BE WORKEO UNDER PIPE HAUNCHES BY HAND. �
5) FlLTER FABRIC MEETING Tz00T SPECIFlCATION DMS-600D SHAIl 8E INSTALIED ALONG 7HE TOP OF THE INITIAL 2 0 2 4 6
BACKFlLL FOR 7HE FULL 7RENCH YAD1H PRIOR TO TNE PLACEMENT OF flNAL BACKFlLL VERTICAI � �-.._�' ' �� -�
6) PAYMENT OF STORM SEIVER PIPE SHALL INCLUDE ALL UNCLASSIFIEO TRENCH EXCAVATION EMBEDMENT & BACKFlLL SCALE �N FEET
a
a
N
O
2
O
�
t�
N
�
�
�
X
n
Q ADDENWM No.t CSC 8/19/10 p
O
REV. N0. ( DESCRIPTION ( CHK. BY ( DATE Z
U
J �
aF "�� _ �i � /% O
��,��tf.......iF.p�S,, ��� �}
��i:` � : a1+� / SI RE i F
/ ' (Q.�' ,�(� _
�..:WRI15 S CA(DNELL•..� � i/ �- / 7 ,..�(� CJ
�.._ .......................:..� l/ ! `
+1�, `�F�C�� E� G�`,��� DATE
L���,����Nr
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WOftKS �
DEPARTMENT �
STORM WATER UTILITY PROJECT �
�
OAKRIDGE TERRACE ANO LINDA �ANE �
DRAINAGE IMPROVEMENTS ;
Q
Z
MISCELLANEOUS DETAILS �
W
5
U�M Z
ENGINEERING CORPORAT
I
T.B.P.E. FIRM REGISTRATION #392 v
6421 CAMP BOtViE eLVO., STE �00 FT. WORTH, TX 76116 (817) 763A883 Q
DESIGNED BY:CSC/CKT DATE: 07/22/10 �
DRAYM BY:JMW/CKT PROJECT N0: 4278-32
�
�
CHEqCED 8Y: CSC p
�:\iZ10\4278-32\Dwg\Plans\Linda ex-WW\ � SHEET N0:52 Q
=1LE: MISC�ETAiIS_t ADDENDUM NOt.dwg �
„ „ , , �,,, , , „ � „ ..,,,,.
(TM I-C, I
_ .� �,�- - _.,«•
. `.,,��rw:`�-.�_`;`.��,..� ..��z�s �:�.`:
..i.�.�_ �_ -..... „o . -. ..._,.e _�
- _. ttt.t u r a' �r �•ur[ � �. �e� .,•• ••••
r_.�_.,�__w •� C '.tr i • � � rr� - *sau � .e:
.. �.�. .. ,�--�. _ r i--' - =--- . _.. . , -� • t`—�"`!"'' �"_ ' •_u..
, . r - ---r �=a. � } --c
�'°!�(— �.. �e�'1.�.�.' _,
f i� ^.`�.^����`a-�er_' "•-�''.•-``��:(es-iy�s � �
� � � : , ~ - -. -- �_ -.�.-�-, .,•: ., , -
j i,i��.__ �,—� ��_ ..', Y ''' ' • -` s�_ _-X r �-�d_ t'- .
.' ����t= ��_.#:- �.���'�i `�{' �„1[•ta��-�i-�
6'L� —��_ .— »�, r� `i ~ ^-' r. r, t � ` _:e'•,r� zz � `
� � i + F � _ : f r... � � i — , �.J , ` �.!'' f..- "_�.�—., i
t„ r� J I. i. � �� 4, i� ? ' L
.. .• �r�.i * � �,, i, ..,1'� � , ,�� -_�"
� .. � � _ 1� �:'3�='F= _ ---�_' �' -- �� '-- p , � ��': }�` - �.
= ',� s. se�t .� a • .•..,
_. ' - � -. ,. �_� .
-r•rt e�� r ; •�
�i �``'�i : p_a.� i . �+i� .:.ii�f� {LJ�'e�GW.INi*J
' "- � �_..... -� :.r- :r.r.�-• , � � ruv; N• a:c-�
R�'•k • . .---- � f�ll f� a'- •� '•Y -,:� :� [ _ ht:
. _ It• s,� -1 � :�i� :. `£' GI•tY.V t Y e6f
.R i-e Iw �Xa s.f �t.• 1 F;cyit y4_ S,;i� ''�"}i }-! ttt � .i F,j y Ir
�ea eic•u�•�ire��.+r. c.+�r_r.a ro naui.s �rt ra,,,e
f'tsl a�..
tk4 Y a_�' 'Ni [ - s' sres � �t6[ � ,w .ry t� t �n� �-�. ���� Y.a .rt �...
` ;) % ' . ' � _ _ "' �_ L +i, = ' ��-. � � ..� d,-,.�c cv,.
�—� ;� _ ?—, =-- `-�- ' _ � - ,—S. . . .
L . �'h�Y _ . _ ._
n _— � ' } f�:_ �. -.-� � �� 4 . - _ __ t+w a iv e c-. - �arc a� s�+. . t�K
�—__Y�:' •�. '—e�.[a, _�_ � >.a, .. . ',
c. _ .u�i . SL'zlEFt?� �F .^.PEk.',� s-��,
; .a t,<�e�ter �.. a_. t . ..� �. � � re ,j� ��[ +`I li[0.� ,
S7APiDafii� 5� Si0R2� GR,3'N .�ILCT
��:lti .t Ft6T XP=T�,TPt....-. .ITRL'r��N ",vAFtSAt'c',
� �n_iYC shfla: a � �a rRr. �c f :A:. _ ° • � . �..� � s�
e•F �E:
SEIECT NAiiVE MATERIAL COMPACTED
TO A DENSI7Y OF 90X PROCTOR
(957G PROCTOR IF UNDER PAVEMENT)
FlL7ER
� CRUSHED STONE
8c + 2� _�
FlNAL BACKFlLL
70P OF PIPE
INITIAL BACKFlLL
BEDDING
STORM SEWER EMBEDMENT DETAILS
PP
o-
���
� �
������ �s ot e°�aa�Jous
Q�
� �
i �
SAWCUf ALONG GNE '
& R£AlOY£ EXIS(ING FLUAIE ) i '
l
REA/OVE & REP[AL� 72SF OF COXCR£/E FL!/Alf J�\
R£FfOYE B REF'UCE 301F OF t' CH4INUNK FENCE +
EX_`Sl'~� �!�-� -���` � �. �
.`�__ FENCF
�"'-�'. --�_ _�--�� ,,
5'
y � � + �_�
�.
I' � I(I—�
�3 QARS � 78' CTRS, � - �
fACH 4iAY �
SECTION A-A
SGLf : 77UN£
1NLET Dl
� L1NE A STA 10+ 16, 16.6' RT
CONSIRUCT 5' CUAB lNLE7
TOP/lNLET-645.25,• THROAT=644.09
fL=640.75
INSTALL 24// 21 " RCP � 4.15i
N 6933198.Di41
E 233J9123896
/I
� '��' �
�'m ' 25' x 25' D2VNAC£ FASfMFNf
Z � �
1
N '
"�� REllOVf � REPIACf 138SF OF Lt�NCRE7f SlDEW.ILK
� REAIOVE B REPUCf 15LF OF CONCRElE CURB 8 G!/17EH
L
� _ _ R p yy v
`�--�
/� �� ----�
� 2l " RCP � -"--•
1AT D-1
'�-�� `D �
� '- �-'�. ���---_
- ---._._„ ' �
---�
74" RCP `` '- ---� f `Q
NOIES:
i) PIPE EMBEDMENT SHALL BE CRUSHED STONE IN CONFORMANCE WITH COFW SPECIFlCATION 402.2.
2) FOUNDATiON VrHERE TRENCN BOTTOM IS UNSTABLE, 7HE CONTRACTOR SHALI EXCAVATE TO A
DEPTH REQUIRED BY ENqNEER AND REPLACE VATH A FOUNDAl10N OF BEDDING MATEF2IAL (6� MINIMUM 7HIqCNESS).
3) AIEASURES SHALL BE TAKEN TO PREVETIT MIGRATION OF NAi1VE FlNES INTO BACKFlLL MATERIAL
4) FOR PIPE DIAMEhRS GREATER THAN 36", EAIBEDMENT SHALL BE WORKED UNDER PIPE HAUNCHES BY NAND.
5) FlL7ER PABRIC IAEETING Tx00T SPEqFlCAT10N OMS-6000 SIiALL BE INS7AlLED ALONG THE TOP OF THE INITIAL
BACKFlIL FOR TNE FULL lfiENCH WIDhi PR�OR TO THE PLACEMENT OF FlNA� BACKFlLL
6) PAYMENT OF STORM SEWER PIPE SHALL INCLUDE ALL UNCLASSIFlED TRENCH EXCAVATION, EMBEOMENT & BACKFILI
MATERIALS, AND FlLTER fABRiC.
Q�Q��' Qn O� � '� '"`--� ----.-_ - --_.__ _ �
� LINE 0 - ---�-�
�
�S P�'��j ' � m �
��� � e �
(� UNE D STA 9+5J= I
� tAT O) STA Dt00 �
lNSTALL 24" x 21' WYE
FLUME INLET LAYOUT
AT CARTER PARK ELEMENTARY SCNOOL
SCALE.� 1 "=10'
�
�
�
O
z
0
0
�
N
1
�
�
m
0
N
X
r
I �
0
Q7 ( ADDENWM NoJ CSC 8/19/10 p
z
REK N0. I OESCRIPitON I CHK. 8Y I DA7E W
�
0
a QF��y
y,�*<E,......16�7,,�s�` 4-
�`� � �+ SIG RE
f�' ......................�� �'+,, C� U
i.. a�cns s cu.oxEu. s ��) •-.% /` � t�
� 66178 f pA�
�����'osTcc�:q•��
i��``p�: ��
CI`I`Y OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS
DEPARTMENT
STORM WATER UTILITY PROJECT
OAKRIDGE TERRACE AND LINDA LANE
DRAINAGE IMPROVEMENTS
LINE D
MISCELLANEOUS DETAILS
DANNENBAUM
ENGINEERING CORPORATION
T.B.P.E. FIRM REGISTRATION #392
8421 CAMPBOWIEBLVD., STE.400 i�VlORTH,TX.78718 (Bin7838883
DESIGNEO BY: CSC DATE: 07/22/10
ORAKN BY: �C PROJECT N0: 4278-32
CHECKED BY: GHB
ISHEET N0: 83
�
W
�
O
�
�
�
�
z
'a
�
0
W
�
<
z
J
1
�
a
�
�
w
�
�
�
¢
O
ADDENDUM No.t
SECTION 7 -PERMITS
TxDOT PERMIT (03-$0-107-09)
TxDOT PERMIT (03-DCe-73-1 O)
TxDOT PE:RM IT (FTW2;0100726165447)
Addendum No.1
Texas Department of Transportation
P.O. BOX 6868 • FORT WORTH, TEXAS 76115-0868 • (817) 370-6500
October 5, 2009
Curtis Caldwell, P. E.
Dannenbaum Engineering Corp.
6421 Camp Bowie Blvd., Suite 400
Fort Worth, Texas 76116-5421
(220) Approved
03-SD-107-09
Bus. 287 Control 172 Section 1
REFERENCE:
Dear Mr. Caldwell :
CITY OF FORT WORTH
OAKRIDGE TERRACE and LINDA LANE
DRAINAGE IMPROVEMENTS ONLY
Bus. 287 (South Riverside Drive) approximately
500' NW of Glen Eden Drive
Fort Worth, Texas
The Texas Department of Transportation has reviewed the Permit Plan involving drainage only
improvements for The City of Fort Worth at the above-mentioned location in the City of Fort
Worth, Texas.
The South Tarrant County Area Office recommends approval of the Permit Plan with no
additional comments.
This letter shall be your permit authorization to proceed with the drainage improvements within
the State right of way in accordance with the attached plans sealed by Curtis S. Caldwell, P .E.
on 10-1-09.
Mark Price, State Inspector, telephone number 817-370-6909, Fort Worth , Texas, shall be
notified twenty-four hours prior to beginning construction within the State right of way
authorized by this permit.
A PRE-JOB Construction Meeting is required prior to beginning construction within the State
right of way authorized by this permit.
All construction within the State right of way shall be in accordance with State Standards and
Specifications.
An Eq ual Opportunity Em p loyer
Curtis Caldwell, P. E.
October 5, 2009
Page2
Signs and barricades shall be provided by the contractor which shall consist of
detours, barricades, warning signs, flares, flashing light signals, and flagmen as are
necessary to direct and protect vehicular traffic while the construction work as described
above is done on the State right of way. All traffic control procedures as mentioned above
shall be in compliance with the "Texas Manual on Uniform Traffic Control Devices."
Utility companies shall be given prior notification of the pending construction to ensure that no
conflicts exist within this project area. Any utility installations within the right of way that do
not meet certain depth requirements as the result of changing any grades in the construction
of this project will need to be lowered to meet those specified depth requirements as originally
permitted.
Traffic Signal Operations, telephone number (817) 370-6671, shall be notified forty-eight
hours prior to beginning any excavation within the right of way in order that the State may
verify the existence of any electrical wiring. Failure to provide proper notification will result in
the immediate repair at the grantee's expense.
Should you have any questions concerning this matter, please call Wallace Rennels at (817)
370-6526.
Sincerely,
WaiLtJ
For: Richard Schiller, P. E.
Director of Maintenance
/wr
Attachments
cc: William Verkest, P . E .
City of Fort Worth,
Transportation & Public Works Director
Fort Worth, Texas
Mark Price, State Inspector
Wallace Rennels , District Permit Office
PERMIT TO CONSTRUCT ACCESS DRIVEWAY FACILITIES
ON HIGHWAY RIGHT OF WAY
OAKRIDGE TERRACE AND LINDA LANE IMPROVEMENTS
To: CITY OF FORT WORTH Hwy nu2s1 Permit No . 03-DCC-73-10
C/0 Dannenbaum Engineering Corp. Control 172 Section
6421 Camp Bowie Blvd., Ste. 400
Fort Worth, Texas 76116
The Texas Department of Transportation, hereinafter called the State, hereby authorizes, City of Fort Worth, hereinafter
called the grantee, to (re) construct 5 existing access driveway facilities on the highway right-of-way abutting Highway No.
BU 287 in TARRANT County, located On BU 287 (South Rivenide Drive) approximately 500' Northwest of Glen Eden Drive in
Fort Worth, Texas.
Subject to the following :
1. The grantee is responsible for the costs associated with the construction of these access driveways.
2. Design of facilities shall be as follows and/or as shown on sketch :
TO DEMOLISH AND REMOVE AND REPLACE 5 EXISTING DRIVEWAYS IN ACCORDANCE WITH mE ATTACHED PLANS
SEALED BY CURTIS CALDWELL, P.E. ON 6-2-2010. SAW CUT FULL DEPTH FOR CURB AND GUTTER REMOVAL. ALL
CONSTRUCTION WITH IN THE STATE RIGHT OF WAY SHALL BE IN ACCORDANCE WITH STATE STANDARDS AND
SPECIFICATIONS. ALL PAVEMENT MARKINGS WITHIN THE STATE RIGHT OF WAY SHALL BE THERMO-PLASTIC
MATERIAL.
SEE ATTACHMENT "A".
This permit doe s not authorize Utility Elemen ts depicted in the plans. Those elements wil l require authorization by a separate utili ty
pennit.
All pipe (CGMP or RCP), safety end treatments and base material, shall be at the job site located off the State
right of way prior to the driveway installation. All construction and materials shall be subject to inspection
and approval by the State.
3. Maintenance of facilities constructed hereunder shall be the responsibility of the grantee, and the State reserves the right
to require any changes, maintenance or repairs as may be necessary to provide protection of life or property on
or adjacent to the highway. Changes in design will be made only with approval of the State.
4 . The grantee shall hold harmless the State and its duly appointed agents and employees against any action for personal
injury or property damage sustained by reason of the exercise of this permit.
5. Except for regulatory and guide signs at county roads and city streets, the Grantee shall not erect any sign on or
extending over any portion of the highway right of way, and vehicle service fixtures such as service pumps, vendor
stands, or tanks shall be located at least twelve 3.6 meters (12 feet) from the right-of-way line to ensure that any
vehicle services from these fixtures will be off the highway.
This permit will become null and void if the above-referenced driveway facilities are not constructed within six (6) months
from the issuance date of this permit.
MARK PRICE, ST ATE INSPECTOR
The grantee will contact the State's representative FORT WORTH, TEXAS telephone
(817) 370-6909 at least twenty-four (24) hours prior to beginning the work authorized by this permit.
Texas Department of Transportation
DIST FILE: APPROVED
Date of Issuance:
Time Process:
June 3, 2010
38 Days (}J W.::~'~ Signed : ------=--.--------lo~&__;~~__.::;.;L----------
Fot. Richard Schiller, P . E.
Date: April 26, 2010 Director of Maintenance
TT CHMENT " "
CITY OF FO RT WORTH
OAKRIDGE TERRACE & LINDA LANE IMPROVEMENTS
REMOVE & REPLACE 5 EXISTING DRIVEWAYS
BU 287 (South Riverside Drive) approximately
500' Northwest of Glen Eden Drive
Fort Worth, Texas
All construction within the State right of way shall be coordinated with the Texas
Department of T ransportation .
ALL CONSTRUCTION INVOLVING STATE RIGHT OF WAY SHALL BE
IN ACCORDANCE WITH THE AITACHED PLANS AND MEET STATE
STANDARDS AND SPECIFICAITONS.
Mark Price, State Inspector, telephone number 817-370-6909, Fort
Worth , Texas shall be notified twenty-four hours prior to beginning th .is
project within the State right of way.
PRE-JOB CONSTRUCTION MEETING IS REQUIRED PRIOR
TO BEGINNING CONSTRUCTION WITHIN THE STATE
RIGHT OFWAY AUTHORIZED BY THIS PERMIT.
Signs and barricades shall be provided by the contractor which shall consist
of detours , barricades , warning signs, flares , flashing light signals, and flagmen as
are necessary to direct and protect veh icular traffic while the construction
work as described above is done on the State right of way . All traffic control
procedures as mentioned above shall be in compliance with the "Texas Manual on
Uniform Traffic Control Devices."
Page2
Utility companies shall be given prior notification of the pending construction to
ensure that no conflicts exist within this project area. All utilities that are located
under any proposed widening for deceleration lanes shall be relocated to an
acceptable location. Any utility installations within the right of way that does not meet
certain depth requirements as the result of changing any grades in the construction
of this project will need to be lowered to meet those specified depth requirements as
originally permitted.
ESSAGE
Traffic Signal Operations, telephone number 817-
370-6671, shall be notified forty-eight hours prior
to beginning any excavation within the right of
way in order that the State may verify the existence
of any electrical wiring. Failure to provide proper
notification will result in the immediate repair at the
grantee's expense.
Approval Form
Online vers ion 11/2005
To Curtis Caldwell
City of Fort Worth
309 W 7th Street -Suite 1020
Fort Worth , TX 76102
APPROVAL
Date 8/9/2010
Appl ication No. FTW20100726165447
District App. No . 220-SS-187-2010
Highway BU 287P
Control Section 017201 ---------------Maintenance Section South Tarrant ---------------County Tarrant
TxDOT offers no objection to the location on the right-of-way of your proposed uti li ty installation , as described by
Notice of Proposed Utility Installation No. FTW20100726165447 (District Application No . 220-SS-187-2010)
dated 8/9/2010 and accompanying documentation, except as noted below .
YOU MUST contact the TxDOT inspector Jimmy Vaughan at 817-307-1617 forty-eight hours prior to
construction. Conventional dry bore only unless approved in writing by the Area Engineer or Inspector. This
permit is approved with the following stipulations: 1) All open cut and repair will be approved in writing by the
Area Engineer prior to work (contact Ralph Garza, 817-370-6903). 2) All open cut and repair will be done in
accordance with TxDOT Standard Specifications For Construction and Maintenance of Highways, Streets and
Bridges (Rev. June 1, 2004), Item 361 -Full Depth Repair of Concrete Pavement (page 432).
ftp://ftp.dot.state.tx .us/pub/txdot-info/des/specs/specbook.pdf -Buzz
When install ing utility lines on controlled access highways, your attent ion is directed to govern ing laws , especially to
Texas Transportation Code , Title 6, Chapter 203, pertaining to Modernization of State Highways ; Controlled Access
Highways . Access for serving this installation shall be limited to access via (a) frontage roads whe re prov ided, (b)
nearby or adjacent public roads or streets , (c) trails along or near the highway right-of-way lines, connect ing only to an
intersecting roads ; from any one or all of which entry may be made to the outer portion of the highway right-of-way for
normal service and maintenance operations . The Installation Owner's rights of access to the through -traffic roadways
and ramps shall be subject to the same rules and regulations as apply to the general publi c except , however, if an
emergency situation occurs and usual means of access for normal service operat ions will not perm it the immed iate
action required by the Util ity Installation Owne r in making emergency repa irs as required for the safety and welfare of
the public , the Utility Owners shall have a temporary right of access to and from the through -traffic roadways and
ramps as necessary to accomplish the required emergency repairs , provided TxDOT is immed iately noti fi ed by the
Util ity Installation Owner when such repairs are in itiated and adequate provis ion is made by the Utility Installation
Owner for convenience and safety of highway traffic.
The installation shall not damage any part of the h ighway and adequate provisions must be made to cause minimum
inconveniences to traffic and adjacent property owners . In the event the Installation Owner fails to comply with any or
all of the requ irements as set forth here in , the State may take such action as it deems appropriate to compel
compliance .
It is expressly understood that the TxDOT does not purport , hereby, to grant any right , claim , title, or easement in or
upon this h ighway; and it is further understood that the TxDOT may requ ire the Installation Owner to relocate this line ,
subject to provis ions of governing laws , by giving th irty (30) days written notice .
If construction has not started with in six (6) months of the date of this approval , the approva l will automatically expire
and you will be required to submit a new application . You are also requested to notify this office prior to
commencement of any rout ine or periodic maintenance which requires pruning of trees w ithin the highway right -of-
way, so that we may provide specifications for the extent and methods to govern in trimm ing, topping , tree balance ,
type of cuts , painting cuts and clean up . These specifications are intended to preserve our cons iderable investment in
highway planting and beautification , by reducing damage due to trimming .
Special Provisions:
FTW _SpecialProvision_ 11 FTW _SpecialProvision_ 17
You are required to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper
inspection and coord ination of work days and traffic contro l plans. Use the UIR webs ite for the 48-hour notification .
DO NOT start construction until you have coordinated the construction start date and inspection with TxDOT. You are
also required to keep a copy of th is Approval. the Notice of Proposed Installation , and any approved amendments at
the job site at all times .
By
ADDENDUM NO . 1
Texas Department of Transportation
Buzz Kyler
Title
District
ADDENDUM NO . l
Project Coordinator
Fort Worth
NOTICE
PLEASE READ
.P.l~il5.~ ..... .b~ ...... r..e5R.O.D51121~ and call your TXDOT
Inspector 48 hours prior to starting construction, and be
prepared to provide the following information.
1. Permit and Highway numbers
2.The name of the Utility Company,a contact
person's name and phone number.
3. The name of the Construction Company, a contact
person's name and phone number.
4 . A start date
5. Date to be staked, if applicable.
CONTRACTOR: ....................................................
UPON COMPLETION OF PROJECT YOU
WILL NEED TO CALL THE PERSON THAT IS ON
THE PERMIT AND LET THEM KNOW JOB IS
DONE.
Note: A copy of the attached Approval (including all
attachments) shall be on the job site at all times.
IF CONSTRUCTION IS FOUND TO HAVE
COMMENCED WITHOUT 48 HOURS CALL IN
NOTICE, THE JOB SHALL BE SHUT DOWN UNTIL
PROPER PROCEDURES ARE COMPLETED.
ADDENDUM NO . I
Texas
Department
of Transportation
Specifications
for
Utility
Installations
Fort Worth District (revised April 2010)
ADDENDUM NO. 1
Specifications for Utility Installations
Fort Worth District
TxDOT Directory For Utilities
TxDOT's Mission Statement
Safety
Protection of Highway Facilities
Use of Explosives
Protection of Existing Facilities
Deviation From Approved Plans
Staking of Utility Lines in Advance of Construction
Full-Time Supervision and Inspection
Notification of Job Start
TxDOT Locates
Stockpiles on TxDOT ROW
Coordination of Work With Highway Contractor or State Forces
Work Dav Restrictions
Inclement Weather
Pits
Bore and Tunneling Operations
Markers
Above-Ground Appurtenances
Back-Fill of Utility Trenches
Site Clean-Up
Repair and Replacement of Rip-Rap and Earth Slopes
Special Precautions For Erosion Control
Seeding Specifications
Aesthetics
Required Pruning Practices
Pruning Suaaestions
Sp1 .. ·Hic,tlion~ for· Ltilit~ ln~IJII tHons 2
ADDENDUM NO . 1
3,4
5
5
5
5
5
5
5
5
5
6
6
6
6
6
6
7
7
8
8
8
8
8
9
10
10
11
J:<'011 \\ ,,rtia J)ic;t1 icf
TXDOT DIRECTORY FOR UTILITIES
R.O. W. UTILITY OFFICE
J. D. GREENHILL
BUZZ KYLER
PAUL FIERRO
JIMMY VAUGHAN
STACY CLACK
BRENDA RICHARDS
UTILITY AGREEMENT/ PERMIT
COORDINATOR
UTILITY COORDINATOR
UTILITY COORDINATOR
UTILITY OBSERVER
UTILITY OBSERVER
UTILITY PERMITS
S. TARRANT, N. TARRANT, JOHNSON ,
ERATH, HOOD, SOMERVELL, PARKER,
PALO PINTO, JACK & WISE
(50) JOHNSON COUNTY AREA OFFICE
RONALD ROBINSON
RANDY BOWERS
JERRY STOUT
AREA ENGINEER
ASSISTANT AREA ENGINEER
UTILITY COORDINATOR
(51) WISE & JACK COUNTY AREA OFFICES
BILL NELSON
VACANT
VACANT
AREA ENGINEER
ASSISTANT AREA ENGINEER
UTILITY COORDINATOR
I (52) NORTH TARRANT COUNTY AREA OFFICE (N. OF IH30)
RALPH BROWNE AREA ENGINEER
OSCAR CHAVEZ ASST AREA ENGINEER
I (54) SOUTH TARRANT COUNTY AREA OFFICE (S . OF IH30)
GREG CEDILLO AREA ENGINEER
DAVID NEELEY ASSISTANT AREA ENGINEER
(56) ERATH, HOOD & SOMERVELL COUNTY AREA OFFICES
MARC Mc ENDREE
DAVID BULLARO
AREA ENGINEER
ASST AREA ENG. /UTILITY COORD.
3
ADDENDUM NO. I
817-370-6588
817-370-6827
817-370-6865
817-307-1617
817-313-3873
817-370-6589
817 -202 -2900
817-202-2900
817-202-2900
940-626-3400
940-626-3400
940-626-3400
817 -399-4302
817 -399-4302
817 -370-6640
817 -370-6640
254-965-3511
254-965-3511
!'ore\\' u th J)i ·ti ict
(57) PARKER & PALO PINTO COUNTY AREA OFFICES
JOHN CORDARY
VACANT
AREA ENGINEER
ASST AREA ENG. /UTILITY COORD.
JOHNSON COUNTY MAINTENANCE
RALPH GARZA MAINTENANCE SUPERVISOR
BRYAN ANDERSON UTILITY OBSERVER
WISE & JACK COUNTY MAINTENANCE
RICKY TOMPKINS MAINTENANCE SUPERVISOR
KEITH PROCHNOW UTILITY OBSERVER (WISE)
GERRY STONE UTILITY OBSERVER (WISE)
JANA ROBINSON UTILITY OBSERVER (JACK)
NORTH TARRANT COUNTY MAINTENANCE
GARY PHILLIPS MAINTENANCE SUPERVISOR
STACY CLACK UTILITY OBSERVER
SOUTH TARRANT COUNTY MAINTENANCE
RALPH GARZA MAINTENANCE SUPERVISOR
JIMMY VAUGHAN UTILITY OBSERVER
ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE
JAMES PARKER MAINTENANCE SUPERVISOR
TONY MUNOZ UTILITY OBSERVER
PARKER & PALO PINTO COUNTY MAINTENANCE
ALAN DONALDSON MAINTENANCE SUPERVISOR
WAYNE FRAIZER UTILITY OBSERVER (PARKER)
BRYAN RIGGS UTILITY OBSERVER (PALO PINTO)
682-229-2800
682-229-2800
817-202-2900
817-202-2905
940-626-3400
940-626-3400
940-626-3400
940-567-6611
817-283-2731
817-313-3873
817-235-3416
817-307-1617
254-897-2647
254-897-2647
682-229-2804
682-229-2806
940-325-2414
IN CASE OF EMERGENCIES, CONTACT J.D. GREENHILL AT 817-370-6588; LIGHTS AND
TRAFFIC CONTROL DEVICES SHALL ALWAYS BE USED, AND WILL BE IN STRICT
ACCORDANCE WITH THE GUIDELINES OF THE TMUTCD.
TXDOT'S MISSION STATEMENT
The mission of the Texas Department of Transportation is to provide safe , effective and efficient movement of
people and goods .
SAFETY
Please refer to the Texas Manual on Uniform Traffic Control Devices for questions concerning traffic control.
While working on TXDOT right of way hard hats and fluorescent safety vest are required at all times .
PROTECTION OF HIGHWAY FACILITIES
4 } orf \\ ,rth P,~trict
ADDENDUM NO . 1
All construction operations relative to installation of the Utility shall be conducted in such manner as to protect
highway facilities from damage at all times. In addition, all work must be done in strict accordance with all
applicable regulations of the occupational Safety and Health Administration (OSHA) of the US Department of
Labor.
USE OF EXPLOSIVES
t::JQ explosives shall be used within limits of highway right-of-way without written permission .
PROTECTION OF EXISTING UTILITIES
Prior to beginning actual construction operations the Utility shall notify all other Utility Companies who may have
facilities in the area so they can determine if the proposed construction will conflict with or otherwise damage their
facilities.
REMEMBER: 1-800-DIG-TESS
DEVIATION FROM APPROVED PLANS
No changes shall be made to the approved location of utilities without prior authorization of TxDOT . The Utility
shall make necessary arrangements with other Utility Owners for moving facilities and/or supporting same during
trenching operations .
Any poles , anchors, etc. relocated to clear the proposed underground utility line shall be moved toward the
highway right-of-way line and location shall be subject to TxDOT approval. All utility lines incorrectly installed shall
be removed and laid in proper location at the entire expense of the Utility .
STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION
Utility lines shall be staked well in advance of construction so that TxDOT can inspect staking to verify that the
alignment conforms to requirements set out herein and that there is no conflict with highway facilities .
FULL TIME SUPERVISION AND INSPECTION
The Utility shall provide competent full-time supervisors or inspectors for all utility installations.
NOTIFICATION OF JOB START
48 Hour notification Is required for utility Installations.
Please have the following information ready when you call :
• APPROVED PERMIT NO .
• STATE HIGHWAY NO.
• UTILITY COMPANY
• UTILITY SUPERVISOR OR INSPECTOR'S NAME
and UTILITY MOBILE NO.
• GENERAL CONTRACTOR'S NAME
• NAME OF FOREMAN and MOBILE PHONE NO.
• STARTDATE
TXDOT LOCATES
48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in
traffic signals, lighting, and traffic management system. These systems include underground electric and fiber
optic lines. If any of the above facilities are within the limits of the utility project, the utility is required to call the
phone numbers listed below:
Spftifit:11i'lll.» f,11 l 'l 1ht~ 111~1·,lbfion
Signals and lighting:
Phone# (817) 370-6671
Traffic Management:
Phone # (817) 370-6745
5
ADDENDUM NO . I
AERIAL CROSSINGS
72 Hour (3 business days) notification is required for aerial crossings.
Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday,
between the hours of 3 a.m . to 7 a .m . w ith police assistance and traffic control.
Crossings on non-controlled access roadways and/or low volume roadways can be performed anytime du ring the
week, Monday thru Friday, between the hours of 9 a.m. and 4 p.m . with proper traffic control.
LANE CLOSURES
72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow.
If a lane closure is required due to an unforeseen situation and after a utility permit has been approved, it will be
necessary to call the TxDOT Utility Permit Office at 817/370-6588 . A traffic control plan must be submitted and
approved by TxDOT prior to lane closures .
Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume
roadways .
STOCKPILES ON TXOOT ROW
Stockpiling will be allowed with permission from TxDOT . Once, perm ission has been granted , stockpiling can
start forty-eight hours prior to construction . The stockpile shall be placed on the right of way line or as close as
possible without obstructing the curb, pavement, or line of site . All materials must be removed from TxDOT right
of way completion of the utility project.
COORDINATION OF WORK WITH HIGHWAY
CONTRACTOR OR STATE FORCES
All work related to the insta ll ation of utilities shall be conducted in such manner as not to interfere in any way with
highway construction or TxDOT maintenance operations .
WORK DAY RESTRICTIONS
Except, in cases of emergency, no work will be allowed on Saturdays , Sundays, Federal or State Hol idays or at
night.
EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avoid
service interruptions to the public and the Utility agrees to the following conditions :
Obtain TxDOT approval at least 48 hours in advance . The Contractor is required to have sufficient personnel and
equi pment on the job to efficiently execute the work . The utility will have a supervisor or inspector present on the
job at all times while the work is in progress .
INCLEMENT WEATHER
To ensure the safety of the traveling public, as well as the contractor and his crew and TxDOT agents , no work
shall be allowed during inclement weather such as , but not limited to ra in, fog, snow and sleet effects visibility
and/or traction .
PITS
All pits shall be excavated and closed within 48 hours. If the utility wishes to leave pits open overnight, reflective
barricades must be employed .
BORE ANO TUNNELING OPERATIONS
GENERAL REQUIREMENTS
Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by auger bore or
tunnel method, unless otherwise specifically authorized by TxDOT.
Sptcifii:ati·JU t,11· l 1ilit: !11'), li ln 1ivn1 6 F 1111 \\(1rh1 Oh1,1ct
ADDENDUM NO. 1
Bores or tunnels shall be placed at depths below the roadway structure which are sufficient for superimposed live
and dead loads and also prevent collapse of supporting soil between hole and roadway .
Boring and tunneling operations shall extend outside of the front slope and clear zone of the highway.
Bores
Where material beneath pavement is sandy or unstable and will be subject to caving, the hole for the casing
shall be bored and cased simu ltaneously and bored material removed through casing . Cutting face of auger or
drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection
with drilling.
Where material beneath pavement Is stable and not subject to caving , and allowed by TxDOT, the hole for the
casing may be bored first and casing inserted in the hole immediately after completion of boring . If allowed by
TxDOT, water may be used in conjunction with boring .
Bore Pit Location
Pits excavated for boring or tunneling operations shall be located so that any poss ible sloughing of s ides of pit will
not endanger shoulders or pavements and so that barricades can be placed as specified in the TMUTCD .
Bore pits should be located at least thirty feet from the edge of the nearest through traffic lane and not less than
twenty feet from the edge of pavement on ramps . On low traffic roadways and frontage roads , bore pits should
not be less than ten feet from the edge of pavement or five feet from face of curb .
Tunneling
While hole is being tunneled, casing shall normally be jacked into place as operations progress .
Working face of excavation shall not precede advancing end of casing by more than two and one half (i12) feet
unless otherwise allowed by TxDOT .
Grouting
All voids around casing shall be pressure grouted . The grout shall consisting of Portland Cement and washed
sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement
shall be added if workability and/or stability cannot be obtained . An air-entraining agent may also be added to the
grout mixture to facilitate flow if necessary.
Grouting shall be done immediately after casing has been installed in hole in order to avoid any shearing of soil
and settlement of over burden above casing .
Means shall be provided for proving that voids are filled around 24" diameter and larger casings in the event there
is some doubt by TxDOT . TxDOT may require the Utility to install removable plugs at intervals inside the casing.
No holes shall be drilled in pavement or shoulders for grouting operations.
MARKERS
The Utility shall place a readily identifiable and suitable marker at each right-of-way line for highway crossings.
Utilities that parallel the right of way shall place a marker every 1500 feet , at intersecting streets , and highway
drainage culverts.
ABOVE-GROUND APPURTENANCES
Above-ground appurtenances, such as pedestals, fire hydrants, meters, etc., shall be located at the right-of-way
line.
BACKFILL OF UTILITY TRENCHES
DESCRIPTION
Th is specification shall govern backfill of trenches , which have been opened for the removal, adjustment, or
installation of utility lines within the limits of highway right-of-way. Except when permission is granted,
compacted backfill will be used for utility installations. Backfill shall consist of compacted material obtained
~redfiC.lll 11-<;fo r l fi lif) f n s tHl.lfi N U 7 ·u, \\o r(h l)j ~.iicl
ADDENDUM NO. I
from suitable soil excavated from the trench, or from sources outside the highway right-of-way . Material shall be
free of rock , lumps , or clods that will not break down under compaction .
Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compacted . Water shall be
added as requ ired to facilitate compaction .
Compaction shall be done with rollers or mechanical tamps . Use of rollers will be allowed only when such use is
not believed detrimental to any highway facility. The type of roller used must be acceptable to TxDOT. When
rollers are used , mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be
reached with rollers. Compacting shall be continued until a backfill density is equal to that of the adjacent,
undisturbed materia l. Where trenches lie w ithin the limits of drainage ditches and channels , which are in sol id
rock , TxDOT may require 1' of concrete backfill, struck off flush with the top of rock.
SITE CLEAN UP
The Utility is responsible for site clean up at the end of each workday.
Roadways adjacent to the utility construction site shall be kept free from debris , construction materials , and mud .
At the end of each day, construction equipment and materials shall be moved as far from the roadway as feasible
within the safety rules . If mudding of the roadway occurs at any time, the roadway shall be cleaned immediately.
When the utility installation Is complete, the right-of-way shall be reshaped to Its original condition and
the area reseeded or re-sodded to reduce erosion.
Should settlement or erosion occur within one (1) year of the utility installation , TxDOT may specify prompt
replacement at the utility's expense for bringing the construction site to a satisfactory condition .
TxDOT will restore sites that are left at an unsatisfactory condition after notification has been sent to the utility.
These sites will be restored to original condition . The utility shall fully reimburse all costs incurred by TxDOT for
all repa irs made by TxDOT . These costs include, but are not limited to matters of traffic safety , ri ght of way
contour, restoration and repa irs to all highway structures: including , but not limited to roads , driveways, terrain,
landscaping , fences, etc.
REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES
Any existing riprap cut by trenching operations shall be replaced and surface of new riprap finished to match that
of existing riprap . Concrete riprap shall contain not less than three (3) sacks of cement per cubic yard of
concrete. Reinforcing steel shall conform to that of existing riprap .
SPECIAL PRECAUTIONS FOR EROSION CONTROL
Special precautions should be taken during utility installations to avoid d isturbing existing drainage courses . In
addition, soil eros ion should be held to a minimum and sediment from the construction site should be kept away
from the roadway and drain inlets .
During construction the roadbed and ditches shall be maintained in such cond ition to insure proper drainage at all
times. Ditches and channels shall be mainta ined to avoid damage to the roadway.
To avoid soil erosion , it is adv ised and encouraged that the Utility Contractor use all applicable means (i.e . silt
fences, hay bails , rock filter dams, etc.) to detour soil from eroding into roadway, ditches , and adjacent property.
Dates
SEEDING SPECIFICATIONS
RURAL AREA WARM-SEASON SEEDING RA TE
In pounds, Pure Live Seed PLS.
Mixture for Clay or Tight Soils Mixture for Sandy Soils
Eastern Section Western Section All Sections
8 I ,·it \\orth lh,hi<:t
ADDENDUM NO . 1
Green Sprangletop 0.6 Green Sprang letop 0.6 Green Sprangleton 0.7
Sideoats Grama (El Reno) 1.8 Sldeoats Grama (Haskell or El Reno) 1.8 Sideoats Grama (HaskeH) 2.2
Bermudagrass 0.8 Little Bluestem 1.1 Bermuda grass 0.9
Little Bluestem 1.1 lndiangrass (Lometa or Cheyenne) 1.5 Little Bluestem 1.4
K-R Bluestem 0.7 K-R Bluestem 0.7 Sand Dropseed 0.2
Switch grass 1.2 Switchgrass (Alamo or Blackwell) 1.2
Total 6.2 Total 6 .9 Total 5.4
URBAN AREA WARM-SEASON SEEDING RA TE
In Pounds, Pure Live Seed (PLS}
Mixture for Clay or Tight Soils Mixture for Sandy Soils
Dates Eastern Section Western Section All Sections
Feb 1 Green Sprangletop 0.9 Green Sprangletop 1.1 Green Sprangletop 1.1
To Bermudagrass 1.2 K-R Bluestem 1.3 K-R Bluestem 1.3
May 1 K-R Bluestem 1.0 Buffalograss 10 .7 Buffalograss 1.5
Buffalograss 8 .0
Total 11 .1 Total 13.1 Total 3 .9
TEMPORARY COOL-SEASON SEEDING RATE
In pounds, Pure Live Seed (PLS}
Dates All Sections
Feb 1 Tall Fescue 4 .0
To Western Wheatgrass 5 .0
May 1 Wheat (Red, Winter) 30.0
Total 39 .0
TEMPORARY COOL-SEASON LEGUME SEEDING RA TE
In pounds, Pure Live Seed (PLS)
Dates All Sections
Aug 15 Crimson Clover 7 .0
to
Nov 30 Total 7.0
TEMPORARY WARM-SEASON SEEDING RATE
In pounds, Pure Live Seed (PLS}
Dates All Sections
May 1 Foxtail Millet 30.0
to
Nov 30 Total 30.0 .. . . Note: Names 111 parenthesis() represent improved" vanell8S of the species shown .
9
ADDENDUM NO . 1
AESTHETICS
To preserve and protect trees, shrubbery, and other aesthetic features on the highway right-of-way, TxDOT may
specify the extent and methods of tree removal, tree trimming , or their replacement. TxDOT may also specify the
installation methods of the underground or overhead utility in order to protect and preserve trees and other
aesthetic features .
REQUIRED PRUNING PRACTICES
PRIOR TO CUTTING
• Locate utility lines with the least possible interference with trees.
• Amount of clearance should be determined by the rate of tree growth .
• Remove minimum number of branches to provide adequate clearance .
• Maintain adequate clearance for lines, NOT EXCESSIVE CLEARANCE .
• ALL pruning shall conform to recognized tree surgery practice .
• Preserve natural character of tree.
WHERETO CUT
In removing a limb, the cut should be made at a fork where the remaining branch will be at least one third the
diameter of the one removed.
LIMB REMOVAL
1. In removing branches the cut should be made at a fork with the remaining branch at least one-th ird the
diameter of the one removed .
2. Undercut 1/3 of the way through the limb , 8 to 12 inches from the main stem .
3. Remove limb 4 to 6 inches out from the first cut.
4 . Remove stub with an even cut so that a trace (called a "collar") still protrudes (about Y. inch).
5. All cuts two (2) inches or over shall be painted with an approved tree dressing or paint. * See pg 11 .
DISPOSAL OF CUTTINGS
All pruned wood and brush must be removed from the right of way and disposed of in accordance with the laws
and regulations of the community, county, and state.
Disease branches (especially those infected with oak wilt) must be properly disposed of to prevent the further
spread of the disease .
10
ADDENDUM NO . I
PRUNING SUGGESTIONS '"••luHnt •• ru... 101:J
Q
-,_ :
DESIRABL E TREE MODIF ICAT IONS
PRESERVING SYMMETRY.
OE SI R ABLE DESIRABLE
. ptcifi tlons for Ctility Installation ,
MODIFICATIONS
... ;..
w·,:~·
' ,
-
Such tree .lint r1lotion1t11p1 o, ilhtsrrottd p1rp1hlot11 r.i9h
"'a1n11naric1 co,11 and fight -of ·•OY u111ightlln111 .
IJNOC SI RADLE
11
ADDENDUM NO. 1
UNOES.1 RABLE DESIRABLE
®~Romon l i mb
C'-6' !rem {*}
1st~
·j) Und11cut ~,
1/3 wor lhtOUQh '
limit e -12" from la
mo l rt stem.
~ Rtrno"t stub ~: F1n,stltd cut
with an 1v1n. \with no r,oce
lf l"'h cul . 1· '-of st a b.
~5 .
PROPER UM9 REMOVAL (2' di e. or mo•o)
For t Worth Dish ict
A
~~~:~on Notice of Proposed Installation
Utility Line On TxDOT Highway Right of Way
Installation Application
Onl ine version 4/2006
To the Texas Transportation Commission
c/o District Engineer
Texas Department of Transportation
Fort Worth District, Texas
Formal notice is hereby given that
Date _____ --'-7'"""/2'-7-'/2'""0_1 o.;..
Application No. __ F_TW_2_0_10-0-7~2~6~16-5~4_4_7
City of Fort Worth
proposes to install a utility facility within the right-of-way of BU0287P
in Tarrant County, Texas as follows : (details are shown on page 2)
Installation of new 8 -inch sanitary sewer along South Riverside Drive between 4833 S Riverside Drive
and Glen Eden Drive. New main will be constructed within easement outside of TxDOT ROw except at
4833 S Riverside Drive (at connection with existing MH) and at Intersection of Glen Eden Drive (to
connect to existing sewer main). Existing main under S Riverside pavement will be abandonned in
place and filled with flowable fill.
The line will be constructed and maintained on the highway right-of-way as shown on the attached drawing
and in accordance with the rules , regulations and policies of the Texas Department of Transportation
(TxDOT), and all governing laws, including but not limited to the "Federal Clean Water Act," the "National
Endangered Species Act," and the "Federal Historic Preservation Act." Upon request by TxDOT, proof of
compliance wi th all gove rn ing laws , rul es a nd regulations will be submitted to TxDOT before commencement
o f construction.
Our fi rm will use Best Management Practices to minimize erosion and sed imentation resu lting from the
proposed Installation, and we w ill revegetate the project area as indicated under "Revegetation Special
Provisions ."
Our firm will ensure that traffic control measures complying with applicable portions of the Texas Manual o f
Uniform Traffic Control Devices will be installed and maintained for the duration of this installation.
The location and description of the proposed installation and appurtenances is more fully shown by _1_ files
containing drawings and other pertinent information uploaded to the website .
Construction will beg in on or after December 16, 2010 and end on or before June 7 , 20 11
I certify that I am authorized to represent the Firm listed below, and that our Firm ag rees to the
cond itions/provisions included in th is notice.
Utility Installation Owner _C~ity~o~f~F..;o~rt-W~o~rt""'h _________ _
By Curtis Caldwell Title ________________ _
Address 309 W 7th Street -Suite 1020
Fort Worth TX 76102
Phone No. 817-763-8883
E-mail address curtis .caldwell@dannenbaum.com
ADDENDUM NO . l
Application Details
Application No. FTW20100726165447
Date 7 /27/201 O
Utility Installation Owner_C_it~y_o_f _F_ort_W_o_rt_h __________ _
By Curtis Caldwell
TxDOT District Fort Worth District
County Tarrant
Route BU0287P
Control Section 017201 ------------------1 n st a II a Ii on of new 8-inch sanitary sewer along
South Riverside Drive between 4833 S Riverside
Drive and Glen Eden Drive. New main will be
constructed within easement outside of TxDOT
. . ROw except at 4833 S Riverside Drive (at
Descnplron connection with existing MH) and at intersection
of Glen Eden Drive (to connect to existing sewer
main). Existing main under S Riverside pavement
will be abandonned in place and filled with
flowable fill .
TxDOT Utility Permit 7-27 -10 Plan Sheets
Attachments Only.pdf -~~---------------
ADDENDUM NO . 1
TxDOT • Fort Worth District
CHECKLIST FOR REVIEW OF NOTICES OF PROPOSED INSTALLATION
Online version 05/2009
Yes No NIA
~ 0 0 Are other existing utility lines in the vicinity shown on the plans and have you included vertical
elevations and horizontal alignments for these existing utilities based on the department's survey
datum?
~ 0 D Are the right of way line and edge of highway pavement clearly shown on plans?
D O ~ For lines to be installed parallel to the highway, have you included the design, proposed location,
vertical elevations, and horizontal alignments of the utility facility based on the department's survey
datum, the relationship to existing highway facilities .
~ 0 D For installations parallel to the highway , does the installation alignment change? Alignment changes
need to be justified and reasonable.
D O ~ For gas crossings, are all encased gas lines showing vent pipes at right of way line and all gas
pipes clearly marked with owners signs?
0 0 ~ For aerial installations , do the plans clearly show and differentiate between existing poles and new
poles?
~ 0 0 For highway crossings , is the location of the crossing clearly shown on the plans? The crossing
should be as close to 90 degrees as practical .
D O ~ The following statement is clearly stated on each page of the plans : CONTRACTORS : IT IS YOUR
RESPONSIBILITY TO CALL THE TXDOT AREA INSPECTOR 48 HOURS PRIOR TO START OF
CONSTRUCTION. (see specs for utility installations for contact numbers)
~ D O Are the utility plans legible, drawn to scale, and accurately dimensioned and when printed out are
easily read?
~D
~D
D It Is understood it is the application owners' responsibility to file the 48 hours job start notice through
the on line UIR Electronic program. In the comment box you shall enter the name of the contractor,
on site supervisor name and cell number and the date the construction is going to start .
To Be Determined-job letting will be during Oct '10
D For lines crossing State highways or roads, crossing intersecting streets/county roads, or passing
through the protected root area of desirable trees, is it clearly shown in description and on ALL
plans that the line will be installed by conventional dry auger boring unless otherwise approved by a
TxDOT engineer or Inspector? In addition, casing should be shown under highways and paved city
streeVcounty road intersections .
ADDENDUM NO. I
I -!
' I
DANN EN BA UM
ENG INEERING CORPORATION
T .8.P.E. Flu.t REGISTAATIOH-, S
~~ ...... , .... n.~,..,., • .,1).__,,
~ ~
XID l. JlCIHCalm' .. _
II.la
.__
PA --
Y1LLLUI 4. VIUlff, PA .........,.ftllf ... ---
a.,._.. cama, PA
•.ia ......,..,. lalC'Ta
THE
2008
CITY OF FORT
TEXAS
WORTH
STORM WATER
OAKRIDGE
UTILITY PROJECT
TERRACE &
LINDA LANE DRAINAGE IMPROVEMENTS
CITY PROJECT
NO. 00414
L OCATION MAP
I
BUSINESS US 287
~~~ .. ~--.... I
~~~J,j,., .... !
i
~QIAJU> ZAVALA. .... I ...:,-, ....... .um ~ .....
..,._.,. .... I _. .........
-~ ...
... -.. ,
""'"
--
I llililll" "'" I
--,
:: .~r--~·~"
'I ·~ , , I , r( rv,-·-
~L-~..... ....... -M .,.u lll
Al.I. l.aD •• _.,._ .. ,ua
9IIIU. .. , • Cl&MID .. 18.hlla __ UICII. ... AI.L.-.ca.
AI.LID'CID9'lilU.·~-llllliCWallllltUC,..l'O.,......,.,.
-
-=-=
8
~
op
...
"' IW--
...
...
...
"'"
...
t1111.••wi.c-1111-
car.•auc --mn•a.-•O
(:NJ.Na:"1'111,Wl' "'¢
fMllllC.l.aAR.. ----
~CIII.C-C'i.1--
--CD 111,ll'MCICIWIMGL( a> -~ i --... _,
w-.w • .,.._lllllltG.( 0
,...l'O.l: ,./1 --...... f--
~D.lC:.-t-
~1CI..-T-WICllCl,IM,Ol,lf
0
-_.._ --I I I
I I I
..... 1 I oc." I ... "
l
> I t,
t,
~ ~ !
z
9
I I t -I
!
~
h
--· ·--I -·--...
.... :.. l;sl I • i 11! i
na ~ ,m ! .l ft :
• I :5! 8
.,. =:. :::.:. \ ,~ 1m ;A t ·l u •A ili 11 !~ u
\
'I ...
!! di ...
I~:, 1p
-~;! ...
,;a~tl m Ii ...
_.OT ... T ---
DIST. CUM ,csT _.c:::::J,,_
EIIST.m:ilal.-=
out.SUI.a-.--u--+
Q:st.Cotlll.llC -c--
taf,W.lrlltW.'<1:-"4-
CMSL •IPl\#C --
tat. •a Cff:I •a
mnrw;l"IOIIM'r "'¢
~~-1:-.. ...
-
~ftt..-f -... Qbl/t/Nf • ........ ._ -a____.. ~oo,i,._ A
Jm.M:DIMl.ll'all-SI_...,
....... auc ----,.,., --..... _..,.__ 0
:::=c·= ~ ~-e ,
NOrt:MCOll'a&C'JIDllll$fl,lll,4.a..f#ICTN~Af I
LUil ........ IIIICIIIII XI CC.W.'IIC N .. .-. ~ ,.., ... .,.mou,,..,..., .. , ___ ""
OICOII 1~1 .... 1------JIIO AJ:at , ___ _
~• ~--, ___ ,.._.n
,_,.90iln+Ullff#CI ...... ,u ...... ... ,--...... ..
. """"'
I
I ...... ,
,:·\· \\
.~\.~ ~;~-·
1,1,rtf •
I I I
I I II , ... ", ... I
. .,.
...
.-r-i -,--r--:lt~----1r-t---i1'-;·111---v,i-..:.l\!~"-lr=f ... -..,.'-"l' .. -""'rliH!l\-:!..;\H-'""'_ .. __i'll±!i.=-!c...=-· .. !!.~'!f ... 41-.f-=7,l..~H-1-r~="':=~~ .. ;:~~-~"'~--+---+..:_~-"'IIZJ!"_J----CITY..,..."OP',n,""'un...,•"'O",,u""n-, ","""~""",.,.--~i ~ -. -_ le: / _ ·-~ . ~--~ -• '\ ~i ;; .:;_=;~ ----= '~ ~ t: =!=:, TIIAIISPORTA;!~!:.~~!..UBUC WORKS
.. ~'l:l,i,~~+i---+---+--~-+--+--1-.AH"~c.l ST~M II/ATER UTILITY PROJECT ~ ..(='7~~" ==:==_ ~==~= -------L ~· ~~~ ...... .., ·-'1 t--O-AK-R-,1g"'r,:;"Al"'?""'AC(...,..,Al"'~""'·i,.,~"'M(N-UNO=T~ .. CAN---E--1 ...
·-
....
""""
11 r~....,,,,-a .... SOUTH mn,ff.)JO~ DRIVE I
,u v r ..... t11. M • --t...,,,,,""'" __.11i SANlTARY SEYER PUN ac PROFU.E I
r1--i--1:1-1r-t--i--t-~li:;~ffl~~j1t-~·~~··& .. --H;;f~!t--i-::~~t--f--t--+-+-t---i~·UL{··~-,D~A';..,· N~,:{ll,\l~d~~~~~,!.!R~;t,l!lu!-!;+ll,.'°M~·"il-..-'I
ENGINEERING CORPORATION I
,-r---r--t--t---f;--t--t---t--ir--t---t--H--+--+--+-iiltit+--J--=+---+--j~-+--+--~-~---·-k="'--"',."""T.Umi~ .. --.:;;,:"""'™sii·;;.;;-•• ;:;.~.;-~-~ .... .___JI CUlllmftJ/1# 1 ... -.: 01~
I ........ "' -•-M -~ i t· ..
,:;: '"" .~== i..=.-" .......
~ < < H .. ..
l ,-, -. ff I I I I ---,-I I ---..... ---~,~\N
FORT WORTH
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
STORM WATER UTILITY PROJECT
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
CITY PROJECT No. 00474
WATER No. P253-541200-60817 00474 83
SEWER No. P258-541200-70817 00474 83
Michael J. Moncrief
Mayor
TPW No. P228-541200-20828 00474 83
JULY2010
William A. Verkest, P . E.
Dale A. Fisseler, P.E.
City Manager
· Director, Transportation and Public Works Department
S . Frank Crumb, P. E.
Director, Water Department
Richard Zavala
Director, Parks and Community Services Department
PREPARED FOR:
The City of Fort Worth
Dannenbaum Engineering Corporation
TBPE Firm Registration No. 392
6421 Camp Bowie Boulevard, Suite 400
Fort Worth, Texas 76116
Phone 817-763-8883 Fax 817-377-2956
I .
SECTION 2 -FRONT END DOCUMENTS
2.1 Table of Contents
2.2 Notice to Bidders
2.3 Comprehensive Not ice To Bidders
2.4 Special Instruction to Bidders -WATER & SEWER
2.5 Special Instruction to Bidders -TPW
TABLE OF CONTENTS
1 -Project Information 0 1.1 -Title Page MS-Word
0 1.2 -Location Maps pdf
2 -Front End Documents 2.1 -Table of Contents MS-Word
0 2.2 -Notice to Bidders MS-Word
0 2.3 -Comprehensive Notice MS-Word
to Bidders
0 2.4 -Special Instructions to pdf
Bidders (water-sewer)
0 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
3 -MWBE Documentation @.) 3.1 -MWBE Special .J pdf
Instructions
@)3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form ~ 3.3 -MWBE Prime Contractor pdf
Waiver
0 3.4 -MWBE Good Faith Effort pdf
0 3.5 -MWBE Joint Venture pdf
4 -Bid Package 0 4.1 -Bid Proposal Cover & pdf
Signature Sheets
0 4.2 -Bid Proposal(s) MS-Excel
D 4.3 -Green Cement Policy MS-Word
Compliance Statement
0 4.4 -Bid Schedule pdf
0 4.5 -Vendor Compliance to pdf
State Law
0 4.6 -List of Fittings pdf
0 4.7 -Pre-Qualified Contractor MS-Word
List
5 -General and Special Conditions 0 5.1 -Part C General pdf
Conditions (water -sewer)
0 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
0 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
~ 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
~ 5.5 -Part E Specifications pdf
~ 5.6 -Special Provisions
(paving -drainage)
~ 5.7 -Wage Rates pdf
Rev 2-2-10
G:\1210\4278-32\Project\Specifications\90% Specs\Project Constructi on Contract Documents\02-Front
End Documents\2.1 -TABLE OF CONTENTS-02-02-10,doc
TABLE OF CONTENTS
[SJ 5.8 -Compliance with and pdf
Enforcement of Prevailing
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer}
D 5.10 -Standard Details dwf
(paving-drainage}
6 -Contracts, Bonds and Insurance [SJ 6.1 -Certificate of Insurance MS-Word
[SJ 6.2 -Contractor Compliance pdf
With Workers' Compensation
Law
[SJ 6.3 -Conflict of Interest pdf
Questionnaire
[SJ 6.4 -Performance Bond pdf
[SJ 6.5 -Payment Bond pdf
[SJ 6.6 -Maintenance Bond pdf
[SJ 6.7 -City of Fort Worth pdf
Contract
7 -Permits [SJ 7.1 -TxDOT Permit(s) pdf
D 7.2 -Railroad Permit(s) pdf
D 7.3 -Other Permit(s) pdf
8 -Easements [SJ 8.1 -Easement pdf
9-Reports D 9.1 -Geo-tech Report(s) pdf
D 9.2 -Cathodic Protection pdf
Study Report
D 9.3 -Other Project Specific pdf
Study Report(s)
10 -Addenda D 10.1 Addendum MS-Word
Rev 2-2-10
G:\1210\4278-32\Project\Specifications\90% Specs\Project Construction Contract Documents\02-Front
End Documents\2.1 -TABLE OF CONTENTS-02-02-10.doc
NOTICE TO BIDDERS
Sealed proposals for the following :
CITY OF FORT WORTH , TEXAS
STORM WATER UTILITY
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
D.O.E. PROJECT NO . 5414
CITY PROJECT NO . 00474
Addressed to the
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON STREET
FORT WORTH , TEXAS 76102
will be received at the Purchasing Office until 1:30 PM, Thursday, August 26 , 2010 and then publicly
opened and read aloud at 2:00 PM in the Council Chambers . Contract documents , including plans
and specifications for this project may be obtained on-line by visiting the City of Fort Worth 's
Purchasing Div ision website at http ://www .fortworthgov.org/purchasing/ and clicking on the project
link . This link w ill take you to the advertised project folders on the City's Buzzsaw site , where the
plans and contract documents may be downloaded, viewed , and printed by interested contractors
and/or suppliers .
Hard copies of plans and contract documents are available at the office of the design engineer
Dannenbaum Eng ineering Company , 6421 Camp Bowie Blvd ., Suite 400 , Fort Worth, Texas , at a
cost of $70 .00 per set (non-refundable). Copies are also available online through the City of Forth
Worth Autodesk Buzzsaw .
The major work will consist of the (approximate) following :
UNIT I -Water Improvements
6 ,370 SY of 8-inch Pavement Rehabilitation; 3 ,950 LF of Water Pipe , ranging in diameter
from 6-inch to 8-inch ; and all other related appurtenances .
UNIT II -Sewer Improvements
3,436 SY of 8-inch Pavement Rehabilitation; 3,578 LF of 8-inch diameter Sanitary Sewer
Pipe ; and all other related appurtenances .
UNIT Ill -Storm Water Improvements
5,079 SY of 8-inch Pavement Rehabilitation ; 3,820 LF of Storm Sewer Pipe, ranging in
diameter from 21-inch to 48-inch ; 15 EA Curb Inlets , ranging in size from 5-feet to 15-feet;
8 EA Manholes , ranging in size from 4-foot square to 6-foot square ; 247 CY of Gabion
Erosion Control ; and all other related appurtenances .
Included in the above will be all other miscellaneous items of construction as outlined in the
Plans, General Contract Documents and Specifications .
Bid security is required in accordance with the Special Instruction to Bidders . Bidders are responsible
for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by
initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. All addenda will be made available on-line with
the contract documents . Contractors and/or suppliers are requested to register as plan holders on-line
Rev 2-2-10_ TPW
NB-1
NOTICE TO BIDDERS
(on Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the
bidding contractor's sole responsibility to verify they have received and considered all
addenda, prior to submitting a bid.
For add itional information , please contact Curt Caldwell , P.E. with Dannenbaum Engineering
Company at Telephone Number: (817)570-1304 or by email :curtis .caldwell@dannenbaum .com ,
and/or Michael Owen , Project Manager, TPW Department at (817)392-8079 or by email :
michael.owen@fortworthgov.org.
A pre-bid conference will be held on Monday, August 9, 2010 at in the TPW Conference
Room 270, 2nd floor of the City of Fort Worth City Hall. Bidders are encouraged to review the
plans and specifications prior to the pre-bid conference.
Advertising Dates :
July 29 , 2010
August 5, 2010
Rev 2-2-10_TPW
NB-1
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
CITY OF FORT WORTH , TEXAS
STORM WATER UTILITY
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
D.O.E . PROJECT NO. 5414 .
CITY PROJECT NO. 00474
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 PM, Thursday, August 26, 2010 and then publicly opened and
read aloud at 2:00 PM in the Council Chambers. Contract documents, including plans and specifications for this
project may be obtained on-line by visiting the City of Fort Worth 's Purchasing Division website at
http://www.fortworthgov.org/purchasing/ and click ing on the project link. This link will take you to the advertised
project folders on the City's Buzzsaw s ite, where the plans and contract documents may be downloaded, viewed ,
and printed by interested contractors and/or suppliers .
Hard copies of plans and contract documents are available at the office of the design engineer DANNENBAUM
ENGINEERING CORPORATION-6421 CAMP BOWIE BLVD SUITE400, FORT WORTH TEXAS 76116 at a cost
of $70 .00 per set (non-refundable). Copies are also available onl ine through the City of Forth Worth Autodesk
Buzzsaw.
The major work will consist of the (approximate) following:
UNIT I -Water Improvements
6 ,370 SY of 8-inch Pavement Rehabilitation ; 3 ,950 LF of Water Pipe, ranging in diameter from 6-inch to
8-inch ; and all other related appurtenances .
UNIT II -Sewer Improvements
3,436 SY of 8-inch Pavement Rehabilitation; 3,578 LF of 8-inch diameter Sanitary Sewer Pipe; and all
other related appurtenances .
UNIT Ill -Storm Water Improvements
5 ,079 SY of 8-inch Pavement Rehabilitation ; 3,820 LF of Storm Sewer Pipe , ranging in diameter from
2 1-inch to 48-inch; 15 EA Curb Inlets, ranging in size from 5-feet to 15-feet; 8 EA Manholes , ranging in
size from 4-foot square to 6-foot square ; 247 CY of Gabion Eros ion Control; and all other related
appurtenances.
Included in the above will be all other miscellaneous items of construction as outlined in the Plans , General
Contract Documents and Specifications.
Rev 212/10_ TPW
CNB -1
COMPREHENSIVE NOTICE TO BIDDERS
NOTICES
All bidders will be required to comply with Provision 5159a of "Vernon's Annotated Civil Statutes" of the State
of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no . 7400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment
practices .
Bid security is required in accordance with the Special Instruction to Bidders .
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
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 PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract
documents . Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw site) in order
to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's sole
responsibility to verify they have received and considered all addenda, prior to submitting a bid .
Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit
these executed documents or face rejection of the bid as non-responsive.
In accord with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts.
· · A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate . The Documentation must be received no later than 5 :00 p.m., five (5) City
of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation . Failure to comply shall render the bid non-responsive .
The water and sanitary sewer work must be performed by a contractor that is pre-qualified by the Water
Department at the time of the bid opening. A general contractor, who is not pre-qualified by the Water
Department, must employ the services of a subcontractor who is pre-qualified . The procedure for pre-
qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)".
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal Unit I -Water Improvements, Unit II -Sewer Improvements, and Unit Ill -Storm water
Improvements 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 Unit I -Water Improvements, Unit II -Sewer Improvements, and
Unit Ill -Storm water Improvements. A bid proposal submittal for a multi-unit project with only a single
proposal unit complete will be rejected as b~ing 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 Transportation and Public Works 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 . ·
Rev 212/10_ TPW
CNB-2
COMPREHENSIVE NOTICE TO BIDDERS
For additional information , please contact Curt Caldwell , P.E. with Dannenbaum Engineering Company at
Telephone Number: (817)570-1304 or by ema il:curtis.caldwell@dannenbaum.com , and/or Michael Owen,
Proj ect Manager, TPW Department at (817)392-8079 or by email : michael.owen@fortworthgov.org .
A pre-bid conference will be held on Monday, August 9, 2010 at at 2 :00 p.m., in the TPW Conference
Room 270 , 2nd floor of the City of Fort Worth City Hall. B idders are encouraged to review the plans and
specifications prior to the pre-bid conference .
DALE A. FISSELER, P .E.
CITY MANAGER
Advertising Dates:
July 29 , 201 O
August 5, 2010
Rev 212110_ TPW
By : _____________ _
Michael Owen , P .E
Transportation & Public Works Department
CNB-3
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Wor th 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 considere.d 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 orFqrt
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 reinsuran.ce 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 contnict 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 wor ker 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; tinder paragraph L of Section Cl : Supplementary Conditions To Part C
-General Conditions, pertain to this inspection .
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258 , Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times.
5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications. The failure of a nonresident con tractor to do so will automatically
disqualify that bidder.
8. PAYMENT: If the bid amount is $25,000 .00 or less, the contract amount shall be .paid within forty-
five ( 45) calendar days after completion and acceptance by the City.
9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms, conditions
09/10/04 2
-
-
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members , agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with, or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with ADA's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City ofFort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be
received by the managing department no later than 5:00 p.m., five (5) City business days after the bid
opening date . The bidder shall obtain a receipt from the appropriate employee of the managing
department to whom delivery was made. Such receipt shall be evidence that the documentation was
received by the City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
exarpination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal, State or local laws or ordinances
relating to false statements. Further, any such misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not less than three (3)
years .
12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period.
09/10/04 3
b. . Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been completed .
e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable .
g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
-
-
-
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
1. BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in
an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid ,
and is subject to forfeit 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 fo do business in the state of
Texas . In addition , 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 rein surer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the United
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.
2. PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering
into a contract for the work will be required to give the City surety in a sum equal to the amount of
the contract awarded. In this c-0nnection, the successful bidder shall be required to furnish a
performance bond and a payment bond, both in a sum equal to the amount of the contract awarded.
The form of the bond shall be as herein provided and the surety shall be acceptable to the City. All
bonds furnished hereunder shall meet the requirements of Chapter 2253, Texas Government Code.
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 United 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 de termine the adequacy of
the proof required herein.
The City will accept no sureties who are in default or delinquent on any bonds or who have an
interest in any litigation against the City. Should any surety on the contract be determined
unsatisfactory at any time by the City, notice will be given to the contractor to that effect and the
contractor shall immediately provide a new surety satisfactory to the City.
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 all claimants supplying labor and materials in the prosecution of
the work.
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 City of Fort
Worth .
All contracts shall require a maintenance bond in the amount of one hundred percent (100%) of the
original contract amount to guarantee the work for a period of two (2) years after the date of
acceptance of the project from defects in workmanship and/or material.
Rev 3-13-09
3. LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8.6, of
the "General Provisions" of the Standard Sp ec ifications for Street and Storm Drain Construction of the
City of Fort Worth, Texas; concerning liquidated damages for late completion of projects .
4. AMBIGUITY: In 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.
5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by
City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting
discrimination in employment practices .
6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction 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
the special provision titled "Right to Audit" pertain to this inspection .
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code .
(e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Section 8.9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted.
7. FINANCIAL STATEMENT: A current certified financial statement may be required by the Department of
Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining the
successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant
holding a valid permit issued by an appropriate State Licensing Agency.
8. INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must provide,
along with executed contract documents and appropriate bonds, proof of insurance for Worker's
Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000
each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City
reserves the right to request any other insurance coverages as may be required by each individual
project.
Rev 3-13-09
9. ADDITIONAL INSURANCE REQUIREMENTS:
a. The City, its officers, employees and servants shall be endorsed as an additional insured on
Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's
workers' compensation insurance policy.
b . Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the
respective department as specified in the bid documents , 1000 Throckmorton Street, Fort Worth, TX
76102 , prior to commencement of work on the contracted project.
c. Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements specified herein.
d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of
cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice
shall be acceptable in the even t of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current AM. Best
rating of A : VII or equivalent measure of financial strength and solvency.
f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per
occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider
alternative coverage or risk treatment measures through insurance pools or risk retention groups . Th e
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 ofrecovery in favor of the City.
1. City shall not be responsible for the direct payment of insurance premium costs for contractor's
msurance.
j. Contra ctor'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 cla.im or
lawsuit or which could result in a property loss.
Contractor's liability shall not be limited to the specified amounts of insurance required herein .
m. Upon the request of City, Contractor shall provide complete copies of all insurance policies
required by these contract documents ..
10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a non resident 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 is located .
Rev 3-13-09
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state . ·
"Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a
contractor whose ultimate parent company or majority owner has its principal place of business in this
state .
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its
bid to meet specifications . The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth
Ordinance No . 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE
UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME
CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM
("with Documentation") and/or the JOINT VENTURE FORM as appropriate'. The Documentation
must be received by the managing department no later than 5 :00 p .m ., five (5) City business days
after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the
managing department to whom delivery was made. Such receipt shall be evidence that the
documentation was received by the City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a minority business enterprise (MBE) and/or women business enterprise
(WBE) . on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal, State or local laws or ordinances
relating to false statements. Further, any such misrepresentation facts ( other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not less that three (3)
years.
12 . AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City
reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be
withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT
VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if
made, will be within ninety (90) days after this documentation is received, but in no case will the award
be made until all the responsibility of the bidder to whom it is proposed to award the contract has been
verified.
13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for
each pay period . Payment of the remaining amount shall be made with the final payment, and upon
acceptance of the project.
Rev 3-13-09
'\
.. ...
14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid
receipt time and acknowledging them at the time of bid receipt. Information regarding the status of
addenda may be obtained on-line on City's Buzzsaw site or by contacting the City Proj ect Manager.
Bids that so not acknowledge all applicable addenda may be rejected as non-responsive .
15. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW: A.
Workers Compensation Insurance Coverage
a. Definitions:
Rev 3-13-09
Certain 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 worker's compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
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.
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 toner 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 provided 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 to 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
(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 mi file for the duration of the project and for
one year thereafter.
(6) notify the governmental entity in wiring by certified mail or personal delivery, within
ten (10) days after the person knew or should have known, of any change that
materially affects the provision of coverage of any person providing services on the
project; and
(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.
Rev 3-13-09
J 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.
k. The contractor's failure to comply with any of these provisions is a breach of contract by
the contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
B. 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 worker" 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".
Contact the Texas Workers' Compensation Commission 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".
16. NON DISCRIMINATION: The contractor shall not discriminate against any person or persons
because of sex, race, religion, color, or national origin and shall comply with the provisions of City
Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections l3A-21
through l3A-29), prohibiting discrimination in employment practices.
17. AGE DISCRIMINATION: 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, or
employees, will engage in performing this contract, shall, in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment, discriminate against person because of their age except on the basis of a bona fide
occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, or employees, or person
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 requirement.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City
harmless against any and all claims or allegations asserted by third parties against City arising out of
Rev 3-13-09
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in
the performance of this Contract.
18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it 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 current
employees of Contractor. 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 aga inst any claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above-referenced laws concerning disability
discrimination in the performance of this Contract.
19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY:
a . The contractor will receive full payment (less retainage) from the city for each pay period.
b . Payment of the retainage will be included with the final payment after acceptance of the project as
being complete .
c . The project shall be deemed complete and accepted by the City as of the date the final punch list has
been completed, as evidenced by a written statement signed by the contractor and the City.
d . The warranty period shall begin as of the date that the final punch list has been completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
£ 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 .
Rev 3-13-09
SECTION 3 -M/WBE DOCUMENTS
3 .1 M/WBE Special Instructions to Bidders
3.2 M/WBE Subcontractor/Supplier Utilization Form
3.3 M/WBE Prime Contractor Waiver Form
3.4 M/WBE Good Faith Effort Form
3.5 M/WBE Joint Venture Eligibility Form
City of Fort Worth
AT TACHMEN T 1A
Page 1 of4
2 -vJ -4 .
Subcontractors/Suppliers Utilization F1orm / : :.J \., r' I I J
PRIME COMPANY NAME:
OAKRIDGE TERRACE & LINDA LANE
City's MIWBE Project Goal :
21 %
Prime's MIWBE Project Utilization:
qLJ %
Check applicable block to describe pri me
MIW/DBE NON -MIW/DBE
BJD DATE
August 26 , 2010@ 1:30PM
PROJECT NUMBER
DOE NO. 5414; CITY NO. 0047 4
Id entify~ subcon tractors/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 d isqualification 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 pri me 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 bus ine ss at the time of bid open ing w ithin the Marketplace. that have
been determined to be bonafide minority or women busin esses by the North Central Texas Regiona l Certifi cat ion
Agency (NCTRCA). or the Texas Department of Transportation (TX DOT). highway div ision . Disadvantaged Busi ness
Enterprise (DBE ) is synonymous w ith Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at l east one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm , including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs. including owner-operators. but will only receive credit for the
fees and comm i ssions earned by the M/WBE as outlined in the lease agreement. _________ __,
Rev. 5/30i03
ADDENDUM NO. I
FORT WORTH
~ r,
/-\I 1/-\\.,MIVICl~I I r\
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minorit; ~~~~n\JnJ ~ n~/WBEs .
Please list M/WBE firms first . use additional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T Detail Detail
Company Name i N T
C X M Subcontracting Work Supplies Purchased Dollar Amount
Address e M w
Telephone/Fax r B B T D w
R 0 8 E E C T E
A
, Y-u.c,11.i "'-5 +-
#et.I.A.\ 0~
$1"7 81 '1 t().D l)
toBERT GRANADOS TRUCKJNG
/ Su<pl1tt.S
412 Kingslink Circle I ort Worth, Texas 76135
1817) 237-3520
-c.. 0 fle..Y'e.. + e...
$Lf~ 7 DO .(JO COWTOWN REDI-M I X 12'. eel i >A.ix
PO Box 162327 )
Fort Worth, Texas 76161 V '-v
V (817)7 59-1919 f (817) 7 59-1716 I
Roadrunner Traffic Supply, Inc.
'Jr'Qtti(._ $lf '500.00
3200 Marquita Drive CovttYDI
Fort Worth, Texas 76116 I ./' S1..q:1~1i€£
I
phone: 817-244-0305
V
fax: 817 -244-4819
H ~mMtAle,~ $ {p,sco.oo
Texas Environmental Management Swiiv1~+
San Antonio, Inc. ~ ivi0 P.O. Box 369 I v i,.,
Justin, TX 76247
Phone:940648-3640 Shaunna
--,--v $'-/, t-;oo o o
WIJ PI PELINE INSPECTION, INC.
~ Vl.5 ~c:A-i ()Y) of-
'0 Box 851 I
vL, LivteS.
Jranbury, TX 76048-0851
Ylelody Bendewald (817) 946-1126
·, r:-u e J $ ~fo) 000 .()C)
SUN COAST RESOURCES INC.
/
Teri Bateman J/
PO Box 972321 I
Dallas, Texas 75397
V (800)677-?835 x655
Rev . 5/30/03
ADDENDUM NO. l
FORTWOR'rll
~
f-\ I I f-\l,l11Vlt: I~ I I f-\
Page3of4
-0 -01:5 -1
Primes a re required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Wom'e ~ an ~ non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T Deta il Detail
Company Name i N T
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax r B B T D w
R 0 B E E C T E
A
-t\pe. 1 'Pi Pt.
HD SVPPLY W I/ ~ i+:H rio~ q-$/Ji(p, 700, OD PO Box 84 0700A TERWORKS, Ltd
J
ti
Da ll as, Texas 75284 yo,\\)~
(8 17) 595-0580
+>i Pf I Pi~ 1, 9 4, 3£:()·oD
RI NKER MA TERI ALS vi / { i+J iVJSS q-
PO Box 730 197 I V v\l ves
Da ll as, Texas 75373 -0 197
(8 17) 491-432 1
Rev . 5/30/03
ADDENDUM NO. I
fORTWORTH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
f\ I I f\l..MIVlt:N I IA
Page 4 of4
~ 1..p 7, 3/)D·
60
~.:t/, ooo.00
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ Jf ~813oa.o o
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 wil~ affect the final compliance determination.
By affixing a signature to this form, the Offeror 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 wi ll 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 w ill be grounds for terminating the contract or debarment
from C ity 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 Offeror and barred from participating in
City work for a period of time not less than one (1) year.
~~
+?'e.s;denr
Printed S
Title CQ_ntact Name/Title (if different) 't=c.AJJ
ttio..-i '(___ --r
~7)534:-/'143 (S1?)53Y.-455 la
Telephone and/or Fax
Address
Foq.. tJo<:th -rK
City/State/Zip I
08 -cA (Q -l ()
Date
Rev. 5130/03
ADDENDUM NO. I
F ORT WORT H
-~--
City of Fort Worth
Prime Contractor Waiver Form
AITACHMENT 18
Page 1 of 1
PRIME COMPANY NAME : Check appllcable block to describe
prime
PROJECT NAME: I M/W/DBE I I NON-M/W/DBE
BID DATE OAKRIDGE TERRACE & LINDA LANE August 26, 2010 @ 1:30PM
City's M/WBE Project Goal: I PROJECT NUMBER
21 % DOE NO. 5414; CITY NO. 00474
If both answers to this form are YES, do not complete ATTACHMENT 1 C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, if applicable. If the answer to either question is
NO, then you must complete ATTACHMENT 1C . This form is only applicable if ho.th 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 perform this entire contract without subcontractors? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this NO proj ect, th is is your norma l business practice and provide an operational profile of your business .
Will you perform this entire contract without suppliers? YES
If yes, please provide a detailed explanation that proves based on the size and scope of this
project, this is your normal business practice and provide an inventory profile of your business . NO
The bidder further agrees to provide, directly to the City upon request, complete and accurate information
regarding actual work performed by all subcontractors, including M/WBE(s) on this contract, the payment
therefore and any proposed changes to the original M/WBE(s) arrangements submitted with this bid . The bidder
also agrees to allow an audit and/or examination of any books, records and files held by their company that will
substantiate the actual work performed by the M/WBEs on this contract, by an authorized officer or employee of
the City. Any intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or
debarment from City work for a period of not less than three (3) years and for initiat ing action under Federal, State
or Local laws concerning false statements. Any failure to comply with this ordinance creates a material breach of
cont ract may result in a determ ination of an irresponsible offeror and barred from participating in City work for a
per iod of time not less than one (1, lear.
Aulhorized Signature Printed Signature
Title Contact Name (if different)
Co mpany Name Phone Number Fax Number
Address Email Address
City/State/Z ip Date
Rev . 5/30/03
ADDENDUM NO . I
PR IME COMPANY NAME:
City of Fort Worth
Good Faith Effort Form
OAKR I DGE TERRACE & LINDA LANE
PROJECT NUMBER
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
NON -M/W/DBE
1:30PM
City's M/WBE Project Goal:
2 1 % DOE NO. 5414; CITY NO. 00474
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this form .
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity1 for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS} On Combined Projects, list each subcontracting and or supplier opportunity through the
2°a tier.
{Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 05/30/03
ADDENDUM NO. I
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
__0'es Date of Listing 05 I ~ 8 t.1.D_
__ No
3 .) Did you solicit bids from MIWBE 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?
_0 es (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 MIWBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened?
~Yes (lf yes , attach list to incl ude™ of M/WBE firm, person contacted, phone number and ~ate 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
· .. ~ns and specifications in 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 MIWBE 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
~ I ' N 00 UJJ[yp /1 , ::=f_ .o-H.n /
--
Rev . 05/30/03
ADDENDUM NO . I
ADDITIONAL INFORMATION:
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in go d faith. It is undfstood that any M/WBE(s) listed in
Attachment 1C will be c acted and the reasons \for not using them will be verified by
the City' o:z:..,·..., .......... _
W,n\;'ffii.,~ nc;,tsey-
Title
Ct2m:!s-ecCID1 sbt.u;:trB:D~ Lf
Company Name
Contact Name and Title (if different)
fsn):53LJ,-nJ.J3 6:n).63Lf'-4'5t5 ~
Phone Number Fax Number eo~ f2::oi 1'544&
Address ~at·£~:;t~C,px]a-\'5e(. CDYr)
k>l"t.-LUC)-{' b:i .TX -r c, 16
City/State/Zip '
08-:)..fb -1 0
Date
Rev . 05/30/03
ADDENDUM NO . 1
Bid Date:
Project Name:
Project DOE #:
City Project#:
Project Manager:
MWBE Documentation_ Received
Department of Engineering
004:JY
Fonns submitted by: Name:
Tltle :
Company: -~l_. ___ D~O~O..A,,,±s....i....,,,.:~f...:;X:~--------------
Slgnature of City S~aff receiving: _j-=-_W]A _____ _....,$4..;...-=~----_...;;~=-=----------
SECTION 4 -BID PACKAGE
4.1 Bid Proposal Cover & Signature Sheets
4 .2 Bid Proposals
4.4 Bid Schedule
4 .5 Vendor Compliance to State Law
4 .6 List of Fittings
4 .7 Pre-Qualified Subcontractor List
TO: The Purchasing Department
City of Fort Worth, Tex as
FOR: STORM WATER UTILITY
PROPOSAL
Fort Worth, Texas
7/28/2010
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
City Project No.: 00474
UNITS/SECTIONS:
UNIT I -WATER (P253 541200 60817 00474 83)
UNIT II -SEWER (P258 541200 70817 00474 83)
UNIT III -DRAINAGE (P228 541200 20828 00474 83)
Pursuant to the foregoing "Notice to Bidders ," the undersigned has examined the plans , specifications
and the site, understands the amount of work to be done, and hereby proposes to do all the work and
furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the
plans and specifications , and subject to the inspection and approval of the Director, Water Department
of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance
with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of
this Proposal by the City Council and required by this project, the bidder is bound to execute a contract
and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment
Bond approved by the City of Fort Worth for performing and completing said work within the time
stated for the following sums, to wit:
Total quantities given in the bid proposal may not reflect actual quantities , but represent the best
accuracy based on a reasonable effort of investigation; however, they are given for the purpose of
bidding on and awarding the contract.
Special Note: All contractors_are advised that one contract will be awarded to the lowest combined bid
for all Units/Sections.
C ity of Fort Worth Pro j ect Man ag e r : MICHAEL OWEN
Project 004 74 -LI NDA LANE & OAKRIDGE TERRACE DRA INAGE IMPROVE MEN T S
U niUSection : UNIT 1 -W ATER ADD E NDUM No.1 P253
Dat e
C ity Project #
You r Ve ndo r Number
Your Company Name
Bid Items
Lin e Numbe r
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
8/12/2010
474
. · .. · .. ·. .· .
Cona.tser CoristtuciionT)<, L P
CPMS Re cord Numbe r
BID-00547
BID-00546
BI D-00550
BID-005 68
BID-006 16
BID-006 18
BID-006 17
BID-00745
BID-00749
BID-00758
BI D-00762
BI D-00768
BID-00424
BID-00426
BID-00 137
BID-00147
BID-00442
BID-00454
BID-0 11 20
BID-00447
BID -00545
Materia l
ServiceCS
Iron
Polvethvlene
Iron
PVC
PVC
Iron
Iron
Iron
Coccer
Assemblv
Steel
ServiceCS
Concrete
Vegetation
Soil
Asphalt
ServiceCS
Ceme nt
Asphalt
Soil
Co ntractor Instructions:
Fill in g ree n cells with y o u r C FW Ve n d o r 10 , your Compa ny Nam e a nd y o u r b id a m o unts.
Whe n your bid is c omp let e , sav e a nd c lose, s tart B uzzsaw a nd Add y o u r p ro posal t o the
folde r with y o ur Co m pa ny Na me w ithi n project's B id Resp o nses folde rs.
Yo u may no w s u b m it t his b i d
Unit of
Des cription Meas ure
F ire Hyd rant -Remov e Each
Fire Hvd rant -Install Each
Meter Box-Class A -Install Each
Pioe F rtti nas-< Than 16 Inch DI Pioe -Install Ton
Pioe-Press ure-6 Inch -Ins ta ll Linear Foot
Pioe-Press ure-8 l nch -Install Linear Foot
Pioe-Pressure-8 Inch -Install Linear Foot
Valve-6 Inch-Gate Valve w/Box -Install Each
Valve-8 Inch-Gate Valve w/Box -Install Each
Water Service-1 Inch -Install Li near Foot
Water Service-1 Inch-Tao to Main -Install Each
Water Se rvice-2 lnch-Te moorarv-Install Lu mo Sum
C urb & G utter -Remove Linear F oot
C urb & G utter-7 Inch w/18 Inc h Gutter -Install linear F oot
Grass-Sod -Install Sauare Yard
Toosoil -Install (2 inch De oth) Cubi c Yard
Pave ment-2 Inch HMAC on 6 inch F lex Base-Temoorarv -Install Sauare F oot
Pavement-8 Inch-Pulverization -Rehab Sa uare Yard
Pave ment-Cement Modification-26 lb/sy -Install Ton
Pave me nt-2 Inch-Surface Course-Ty pe D Mix -Ins tall Square Yard
Fill Materia l-Ty pe B Backfi ll -Install C ubic Yard
Qu ant ity
5 .00
5 .00
71 .00
2.00
80.00
3533 .00
337 .00
5.00
7.00
2040.00
71 .00
1.00
740.00
740.00
148.00
26.00
14290.00
6370.00
83 .00
6370 .00
1000.00
Total Bid This Unit
Your Unit
Price Your Bid
$100 .00 $500.00 ,, ·$2;300.00 $11,500.00
· $·100c00 $7,100.00
• $3,500.00 $7,000.00
'"''· ... .$26•00 $2,080.00
•·. $28 .Cio $98,924 .00
········ $45.00 $15,165.00 .. $750 ,Cio . $3,750.00
···-·.·.·. $850 .00 $5,950.00 ...
·• $26 .00 $53 ,040.00
. $150,00 $10,650.00
.· $6;000.00 $6,00000
· ....... ····$.6 i00 $4 ,4 4000
........ $20J:i(f $14,800.00 ........ ·· .·. $5.00 $740.00
.... $16 .5 0 $429.00
$1 .25 $17,862 .50 .. . $3.00 $19,110 .00 ... $145iOO $12,035.00
$7 .25 $46,18250
·.·. ·•· $15 .00 $15 ,000.00
$352,258.00
City of Fort Worth Project Manager : MICHAEL OWEN
Project 00474 -LINDA LANE & OAKRIDGE TERRACE DRAINAGE IMPROVEMENTS
Unit/Section : UNIT II • SEWER P258
Date
City Project #
Your V endor Number
Your Company Name
Bid Items
Line Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
7/28/2010
474
G?)Jalser (;o~~tructicili j.x:, LP .
CPMS Record Number
BID-00202
610-00201
BID-00206
BID-00213
BID-00214
BID-00207
BID-00208
BID-00198
BID-00954
BID-00217
BID-00350
BID-00351
BID-00351
BID-00349
BID-00573
BID-00354
BID-00355
BID-00356
BID-00372
BID-00442
BID-00901
BID-00424
BID-00426
BID-00137
BID-00147
BID-00454
BID-01120
BID-00447
Material
Serv iceCS
ServiceCS
ServiceCS
Concrete
Concrete
Concrete
Concrete
Concrete
Steel
ServiceCS
PVC
PVC
PVC
Iron
Iro n
PVC
Othe r
PVC
ServiceCS
Asphalt
ServiceCS
ServiceCS
Concrete
Vegetatio n
Soil
ServiceCS
Cement
Asp halt
Contractor Instructions:
Fill in green cell s with your CFW Ve ndo r ID, your Company Name and your bid amounts.
When your bid is co mplet e, save and close, start Buzzsaw and Add your proposal lo the
folder with y our Company Name within project's B id Responses folde rs.
You may now s ubmit this bid
Unit of
Description Measure
l nsoection-Preconstructio n C lea nina & TV -Studv Linea r Foot
Inspection-Post Construction Cleanina & TV -Studv Linear F oot
Manhole -Remove Each
Manhole-Std 4 Ft Diam-<to 6 Ft Deoth) -Install Each
Manhole-Std 4 Ft Diam-Added Deoth (over 6 Ft Deoth) -Install Vertical Foot
Manhole-Oreo-Std 4 Ft Diam-<to 6 Ft deoth) -Install Each
Manhole-Oreo-Std 4 Ft Diam-Added Deoth (over 6 Ft Deoth) -Insta ll Verti cal Foot
Collar-Manhole-32 Inch-Frame & Cover -Install Each
Manhole-Watert ioht l nsert-Lockino Stainless Steel -Install Each
Manhole-Vacuum Test -Services Each
Pioe-Sewer-8 lnch-SDR26 (All Deot hs) -Install (with Cement Stabilized Backfill) Linea r Foot
Pioe-Sewe r-8 lnc h-SDR35 (All Deot hs) -Install Linea r Foot
Pioe-Sewe r-8 lnch-SDR35 (All Deoths) -Install (with Cement Stabilized Backfill) Linear Foot
Pioe-Sewe r-8 Inch-Other Than Open C ut -Install Linear Foot
Pioe-Casi ng-16 Inch-Casing Pipe-Open Cut-Insta ll (12 inch Casing Pipe) Linear Foot
Sewer Service-4 Inch -Insta ll Linear Foot
Sewer Service-4 Inch Service Tao -Install Each
Sewer Service-4 lnch-2 Way Clean Out -Install Each
Trench Safety System 5 Foot Depth -Install Linear Foot
Pavement-2 Inch HM AC on 6 Inch Flex Base-Temporary -Install Square Foot
Pipe -Abandon Linear Foot
Curb & Gutter -Remove Linear Foot
Curb & Gutt e r-? Inch w/18 Inc h Gutter-Install Linear Foot
Grass-Sod -Insta ll Square Yard
Topsoil -Install Cubic Yard
Pavement-8 Inch-Pulverization -Rehab Square Yard
Pavement-Cement Modification-26 lb/sy -Install Ton
Pavement-2 Inch-Surface Course-Type D Mix -Install Square Yard
Quantity
1556.00
360 1.00
6 .00
20.00
21 .00
2 .00
13 .00
22.00
22 .00
22 .00
138.00
3335.00
80.00
25.00
110.00
14 85.00
64 .00
64 .00
3553 .00
9315 .00
1556.00
610 .00
6 10.00
680 .00
116 .00
3436.00
45.00
3436.00
Total Bid This Unit
Your Unit
Price Your Bid
· $2:00 $3,112.00
' '$1 ,50' $5,401 .50
,' $200:.00 . $1,200.00
:=$2,sOci :.oo $46,000 .00
$130:.cio $2,730.00
.$2,800,00 $5,600.00
·:. :,· neo:oo $2,080 .00
:,:: .. · :$300,00: $6,600.00
:·· $25000 . $5,500.00 ., •: $50.00 $1,100.00
$40'00 $5,520.00
$28Jl0. $93,380.00 . : .:$38,00' $3,040.00
:, . $90 .00 $2,250.00
$75:00 $8,250.00
$25 .. 00 $37,125.00
$200,00 $12,800.00
.. ,. $125,Q(). $8,000.00
$2:tio $7,106.00
$1.25 $11,643.75
$4~00 $6,224.00
$6 ,.00 $3,660.00
$20,<Jo · $12,200.00
·····'$,foci $2,720 .00
$16.50 $1,914 .00
$3.00 $10,308.00
$145.00 $6,525.00
$7 .25 $24,911 .00
$336,900.25
City of Fort Worth Projoc:tManager: MICHAEL OWEN
Project 00 4 74-LINDA LAN E & OAKR IDGE TERRACE DRAINAGE IMPROVEMENTS
Un it/Section : UN IT II -SEWER P258
Date
City Project#
our Vendor Number
our Company Name
Bid Items
Li ne Num be r
10
11
12
13
14
15
16
1/
18
19
20
2 1
22
23
24
25
26
27
28
7/28/2010
474
CPMS Record Numb er
810.00202
8 10--00201
8 10-00206
81().()()2 13
810-00214
8 10-00207
8 10-00208
8)1,-.uu1Q8
BID-00054
810-00217
810-00350
I 351
810-00351
810-00349
810-00573
810-00354
810-00355
810-00356
810-00372
810--00442
810-00001
24
810-00428
810-00137
810-00147
810-00454
810-01120
810-00447
Material
SorvicoCS
ServicoCS
SeNiceCS
Concroto
Concrete
Concrote
Concrete
Concrote
St'""
SetviceCS
PVC
PVC
PVC
Iron
Iron
PVC
Other
ServiceCS
Asohatt
SBNiecCS
ServiceCS
Concrete
Vecietalion
so,
SeMCOCS
Cement
Aschatt
Contracto r Instructions:
Fill in green cells with your CFW Vendor ID , your Company Namo and your bid amounts.
Whe n your bid Is comploto, savo and cloao, st.a rt Buzzuw and Add your proposal to tho
folder with your Company Name within proJoct's Bid Rasponsu foldora .
BI D INC OMPLETE! This Incomplete noUco will disappoar upon completion or all groan fiolds wh ich aro roqulrod beforo submitting tho
bid
D escri ption
Jl'\SDeCiion-Preconstruction CleaninQ & TV -Study
Jns · n-Post Construdion Cleanina & 1V -Studv
Manhole -Remove
Manhole-Std 4 Ft Diam..{to 6 Ft DeDlh) -Install
Manhole-Std 4 Ft Diam-Added Oeolh ovor 6 Ft Oocth -Install
Manhole-Drop.Std 4 Ft Oiam'1to 6 Ft deDtM -Install
Manhole-DroD-Std 4 Ft Diam-Added Oeclh over 6 Ft Oeclh -Insta ll
Collar-Manhole-32 Inch-Frame & Cover -Install
Manhol&Watertiaht Insert-Stainless Steel-Install
Manhole-Vacuwn Test -Services
Pi~,ewer-B lnch-SOR26 CAIi Depths) -Install (with Cement Stabilized Backfill)
Pi,-...._ewer-8 lnch-SOR35 IAII Depths) -lnstaU
Pi~ewer-8 lnch-SOR35 All Oecths -In.stall wilh Cement Stab il ized Backfill
PinA--,ewer-8 Inch-Other Than 0Den Cut -lnstaU
Pioe-Casino-16 Inch-Casino ?ie>e-ODen Cut -Install {12 Inch Casioa Pioe1
Sewer Servic&-4 Inch -Install
Sewer Servic&-4 Inch Service Tao -Install
ewe< servic&-4 lnch--2 Wav Clean Out -Install
Trench Safety Svstcm 5 Foot Depth -Install
Pavement-2 Inch HMAC on 6 Inch Hex t1ase-T emoorarv -Install
Pipe -Abandon
Curb & 1.,,utter -Romove
Curt> & Gutter-7 Inch w/18 Inch Gutter -Install
Grass-Sod -Install
ToDS(]ll-ln.gaH
Pavement-a lnch--Putveriz.ation -Rahab
Pavement-Cement Modificatkm-26 lb/sy -Install
Pavemenl·2 Inch-Surface Course-Tvce D Mix -Install
Unit of
Measu re Qu antity
Linear Foot 1556.00
Linear Foot 3601.00
Each 6 .00
Each 20.00
Vertical Foot 2 1.00
Each 2 .00
Vertical Foot 13.00
Each 22 .00
Each 22.00
each 22.00
linear Foot 138.00
linear Foot 3335.00
linear Foot 80.00
Linear Foot 2S.OO
linear Foot 110.00
linear Foot 1485.00
Each 64 .00
Each 64.00
Linear Foot 3553.00
Sau.are t-oot 9315.00
Linear Foot 1556.00
linear Foot 610.00
Linear Foot 610.00
S<1uare Yard 680.00
Cub ic ard 116.00
Souare Yard 3436.00
Ton 45.00
Sauare Yard 3436.00
Total Bid Th is Un it
You r Un it
Pri ce
11-::/(\,'_1(':,;:.:,,.(.)t"';; ;:,;,,.
I,?{' ~\i<·t ';-:'·":{(·',Ta,'~}'<(
/0i?-· <';~;)'.;:.,.,.(-:. ~;:!·./
f-j;,7;;_1-: ,~., ::;QY,.p~-$~1
t.tI•!;,'.il.?i'lt>,1fy :-:'fi:'.>
1u,·::;'<0:;1"·~::!:;,Jr.i·-·:-.·1:
;~-µr~~'ti\i"!,"i~<::p:t\ ,,.,~,,,..c~.,.,,.,,
··''"'"'
'"'"~;•c,,;.,.,,
\01' · 1,;3";:"'~:,-t;~t'·r7 &:
Your Bid
$0.00
so.co
so .co
$0.00
so .co
$0.00
so .co
so .co
$0.00
$0.00
so.co
so .c o
$0.00
so .co
so.co
so.co
SO .OD
SO.DO
so .co
$0.00
so.co
$0,00
so.co
$0.00
$1.{~14.00
$0.00
$0.00
SO .OD
$1 ,914.00
City of Fort Worth Proj ect Ma n ager: MI C HAEL OWEN
Project 00474 -LINDA LANE & OAKRIDGE TERRACE DRAINAGE IMPROVEMENTS
UniUSect i o n : UNIT Ill • DRAINAGE ADDENDUM No.1 P228
Date
C it y Pr oject II
You r V e ndor Number
Your Company Name
Bid Items
Li ne Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
2 1
22
23
24
25
26
27
28
29
30
3 1
32
33
34
> .,
6 11 40 ..
8/17/20 10
474
....
•,• Conatser Construction TX, LP
CPMS Re cord Number
BID-004 14
BID-0018 1
BI D-00504
BID-00 100
BID-00424
BID-00474
BID-00457
BID-00402
BID-00 127
BID-00529
BID-00406
BID-0082 1
BID-00081
BID-00082
BID-00085
BI D-00087
BID-00 107
BI D-00 106
BID-00109
BID-001 15
BID-00 11 7
BID-00 117
BID-0011 8
BID-0 1287
BID-0 1287
BID-003 72
BID-00102
BID-00080
BID-00080
B ID-00080
BID-00077
BID-00067
BID-00 14 7
BID-00426
Mate ri a l
ServiceCS
ServiceCS
Steel
Se rviceCS
ServiceCS
ServiceCS
ServiceCS
ServiceCS
ServtCeCS
ServiceCS
ServiceCS
Se rviceCS
Co nc rete
Concrete
Conc rete
Co ncrete
Concrete
Conc rete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
Concrete
ServiceCS
Serv iceCS
ServiceCS
ServiceCS
Serv iceCS
Concrete
Other
Soil
Concrete
Co nt ract or Ins truct io ns:
F i ll i n g ree n cells with y o ur CFW Ve ndo r ID, y o ur Co m pa ny Nam e a nd y o u r bid a mo u nts.
W hen y o ur bid is complet e, save and c lose, s t art Buzzsaw and Add y o ur p roposal t o the
f o l d e r with y o u r Co mpany Name within project's Bid Resp o nses fol ders .
You may now s u bmit this b i d
U nit of
Description M easure
Utilitv Adiustment -Re oai r Lumo Sum
T ra ffi c Control - Install Lumo Sum
Sian-Proiect Desi anation -Install Each
Storm Water Poll utio n Prevention Plan > Than 1 Ac SWPPP -Install Lumo S um
C urb & Gutter -Remove Linear Foot
Pavement-Vallev Gutter -Remove Sa uare Yard
Pavement-Concrete -Remove (Concrete Flume) Sauare Yard
Drivewav -Remove Scuare Foot
Fence -Remove (4ft C ha in Link) Li near Foot
Walk -Re move Sauare Foot
G uardrail -Remove Li near Foot
Fence-Post & Ca bl e -Remove Linear Foot
Pioe-2 1 Inch-C L Ill -Install Li near F oot
Pioe-24 Inch-C L Ill -Ins tall Linear F oot
Pioe-36 Inch-C L Ill -Install Linear Foot
Pioe-48 Inch-C L Ill -Install Linear Foot
l nlet-lnline-15 Ft-Install Each
l nlet-l nline-10 Ft -Install Each
l nlet-lnl ine-5 Ft -Install Each
Manho le -Install /TxDO T Type 1-C) Each
Manhole-> Tha n 4 Ft -Install (6ft x 6ft Square) Each
Manho le-> Than 4 Ft -Install (5ft x 5ft Sq uare) Each
Manhole-4 Ft -Install (4ft x 4ft Square) Each
Junction Box -Install (TxDOT Type I) C ub ic Ya rd
Junction Box -Install (10ft x 4ft) Cubic Yard
Trenc h Safely System 5 Foot Depth -Install Linear Foot
I nlet -Remove (5 foot ) Each
Pipe -Re move (24 inc h RCP) Li near Foot
Pipe -Remove (36 inc h RC P) Linear Foot
Pipe -Remove (24 inc h RC P Salvage & Install) Linear Foot
Headwall-48 I nch Pipe -Insta ll Cubic Yard
Erosion Control-Gabion Basket -Install C ubic Yard
Topsoil -Install (2 inc h De pth) Cubic Yard
Curb & Gutter-7 Inch w/18 Inch Gutter -Install Linear Foot
Your Un it
Quant ity Price Your Bid
1.00 · $10 ICJOOOO $10,000 .00
1.00 $tooo .oo $2.000 .00
5 .00 . ·,$200.00· $1,000.00
1.00 .. •· ..••• /<0<$"1'00 .00" $100.00
294 .00 i·i-$6 .00 $1,764 .00
56.00 ·"· •· ,, $15 .00 $840.00
8 .00 .· ........... ro $160.00
3583.00 $4,478.75
11 5 .00 (0 $460.00
216 .00 .... '' / ."( 0 $2 16.00
50 .00 ·····
..... $250.0 0
120.00 ...... ...... $240.0 0
35 1.00 '' ·.-: .:-s $14,040.00
14 55 .00 •• ••........ $66,930 .00
1453.00 ., .. ·· ... )0 $98,804 .00
56 1.00 ., •••.•••• ,-.... •.•.•. $1.00 ,00.· $56,1 00.00
2.00 $3.,ooo:oo $6,000.0 0
12.00 ., •' • ••$2,200:00 $26,400.00
1.00 ... s1 ,soo:oo $1,500.00
1.00 $6,000_bci $6,000.00
1.00 ... . $3:.soo;oo $3,500.00
2 .00 •·•. $3,.000.00 $6,000.00
4.00 .,... .. $2,500.00 $10,000.00
4 .00 ·····. I $600:00 $2,400.00
19.00 •·•· ·. $400,00 $7,600 .00
3820 .00 · $2 .. 00 $7,640 .00
1.00 $500 .00 $500.00
217 .00 $15 ,00 $3,255.00
53.00 ···• $ls:-oo·, $954 .0 0
18 .00 .$45,00 $810.00
4.00 ·-.ssob:bo $2,000.0 0
247 .00 · s22s:cio , $55 ,575.00
346.00 ··.·.·•·. s;e.so • $5,709.0 0
35.00 $20:00 $700.00
35 810--00473 Concrete Pavement-Valley Gutter -Install Sauare Yard 56.00 $45:00 $2,520.00
36 8 10--00528 Concrete Walk -Install Sauare Foot 216.00 $3.00 $648.00
37 810--00404 Concrete Drivewav-6 Inch -Install Sauare Foot 3583.00 $6.00 $21,498.00
38 810--00429 Concrete Pavement Concrete -Install (4in Reinforced Concrete Flatwork\ Sauare Yard 9.00 S4o :oo $360 .00
39 810--00137 Veaetatio n Grass-Sod -Install Sauare Yard 2044 .00 .$3.50 $7,154 .00
40 BID--00128 Steel Fence-C hain Link -Install (4ft Heiaht\ Linear Foot 11 5.00 St 200 $1,380 .00
41 BID--00130 Steel Fence-Temoorarv -Install Linear Foot 4 12.00 $a:oo $1,236.00
42 BID--00405 Assemblv Guard rai l -Install Linear Foot 50.00 •·• $45.00 $2,250.00
43 BID--00822 Other Fence-Post & Cable -Install Linear Foot 120.00 $5.oo : $600.00
44 BID--00442 Asohalt Pavement-2 Inch HM AC on 6 Inch Flex Ba se-Temoorarv -Install Sauare Foot 17820.00 $1'25'. $22,275 .00
45 BID--00443 Asohalt Pavement-2 Inch Min HMAC on 2/27 Conc rete Base -Install Saua re Foot 1179.00 .$2::2s: $2,652 .75
46 BI0--00454 ServiceCS Pavement-8 Inch-Pulverization -Rehab Sauare Yard 5079 .00 ·•' .$3 .00 $15,237 .00
47 BID--01 120 Cement Pavement-Cement Modification-26 lb/sy -Install Ton 66 .00 '$145.00 . $9,570.00
48 BID--00447 Aschalt Pavement-2 Inch-Surface Course-Tvoe D M ix -Install Sauare Yard 5079 .00 ... · $7:.25 • $36,822.75
49 BID--00995 Other Pavement Markina-Crosswalk 12 Inch-H-A-E Thermoplast ic -Install Linear Foot 55.00 ......... $5;00 $275.00
50 810--00998 Other Pavement Markina -Crosswalk 24 Inch-H-A-E Thermoplastic -Install Linear Foot 90.00 ... ·$800 $720.00
Total Bid This Unit $529,124 .25
UNIT I -WATER
UNIT II -SEWER
UNIT III -DRAINAGE
Total
SUMMARY OF BID
$
$ 5~,I I J.4 I ;;,..'5
$'
Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the
formal contract and will deliver an approved Surety Bond and such other bonds as required by the
Contract Documents, for the faithful performance of the Contract. The attached bid security in the
amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and
bond or bonds are not executed and delivered within the time above set forth, as liquidated damages for
the delay and additional work caused thereby.
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant plans.
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No. 7400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within 175 days after beginning construction as set forth in the written work order
to be furnished by the Owner.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of _______ _
a. Nonresident bidders in the State of , our principal place of
business, are required to be __ percent lower than resident bidders by state law. A
copy of the statute is attached.
b. Nonresident bidders in the State of our principal place of
business, are not required to underbid resident bidders.
The principal place of business of our company or our parent company or majority owner is
in the State of Texas.
Receipt is acknowledged of
Addendum No. 1 /~~+-,~----='-----
Addendum No. 2 ·/ "~----------
Addendum No. 3 :· ----------
Addendum No. 4: ----------Addend um No. 5: ----------
Addendum No. 6: ----------
!
! '
.··• :.\ t .. ,)rp:.J~·:-it<· :·:.; i
By:
Title: ,e , +
Company: Com.-+$ecCbst<ud:iQQ-(XJ LP
Address: £a. &2;i< I &5 Y:U '6
-fo t-tWo/4:b ;f K 1 (p 11 i
Date: o'6'J ;;tu I I D
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relat ive to the
award of contracts to nonres ident bidders. This law provides that , in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements , supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obta i n a comparable contract in the State i n which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications.
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Nonresident vendors in (give State), our pri ncipal place of
business , are required to be pe rcent lower than resident bidders
by State law. A copy of the Statute is attached.
Nonresident vendors in (give State), our principal
place of business, are not req uired to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas. ~
BIDDER :
Co n o.:\Sff" r~iM1X 1LP
Company
Address
City/State/Zip 1
By:_-=J __;:Q.:;....,.(__,_f ...... \l~C,......(')D-'---=-£X.::=-:~=-=-e.:....;...r __ _
(Please print)
Signa~~
Title: tres\ d~n-\-
(Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting
Company Name Working Work
Address
Telephone/Fax
TYPE
Tee
Tee
Reducer
Plug
90° Bend
45° Bend
Sleeve
· Tee
Tee
Reducer
Sleeve
Plug
Tee
Sleeve
LIST OF CAST IRON FITTINGS
For Project: Storm Water Utility
Oakridge Terrace and Linda Lane Drainage Improvements
ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING
INSTALLATION.
~
SIZE .0_TY ' WEIGHT TOTAL WT
8"x8" V161 700
8"x6 " I 138 7.00
8"x6" I 77 j ? ()0
8" 50 I JOO
8" 107 '7S-O
8" 96 "7 ,o
8" 88 7.-So
16"x8" 383 j Lfoo
16"x6" 354 / CJ 00
16"x8" 204 J .?oO
16" 240 / -7<)0
16" 145/ ioO
10"x8" 19 q Joo
6" 60/ /{)0
\ I t(
" _,, ,pL ' ,,,\/
/c J''
f (v
X
COST
Contractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for
correct quanity total of all fittings and specials.
SECTION 5 -GENERAL AND SPECIAL CONDITIONS
5.1 Part C - General Conditions (Water -Sewer)
5.2 Supplementary Conditions to Part C (Water -Sewer)
5.3 Part D -Special Conditions (Water -Sewer)
5.4 Part DA -Additional Special Conditions (Water -Sewer)
5.5 Part E Specifications
5.6 Special Provisions (Paving-Drainage)
5. 7 Wage Rates
5.8 Compliance with and Enforcement of Prevailing Wage Laws
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
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
OCTOBER 19, 2009
TABLE OF CONTENTS
DEFINITIONS Cl-1 (1)
Definition of Terms Cl-1 (1)
Contract Documents Cl-1 (2)
Notice to Bidders Cl-1 (2)
Proposal Cl-1 (2)
Bidder Cl-1 (2)
General Conditions Cl-1 (2) ·
Special Conditions Cl-1 (2)
Specifications Cl-1 (2)
Bonds Cl-1 (2)
Contract Cl-1 (3)
Plans Cl-1 (3)
City Cl-1 (3)
City Council Cl-1 (3)
Mayor Cl-1 (3)
City Manager . Cl-1 (3)
City Attorney Cl-1 (3)
Director of Public Works Cl-1 (3)
Director, City Water Department Cl-1 (3)
Engineer Cl-1 (3)
Contractor Cl-1 (3)
Sureties Cl-1 (4)
The Work or Project Cl-l (4)
Working Day . Cl-1 (4) ·
Calendar Days Cl -1 (4) ·
Legal Holidays Cl -1 (4)
Abbreviations Cl:-1 (4)
Change Order Cl-1 (5)
Paved Streets and Alleys Cl-1 (5)
Unpaved Streets or Alleys Cl-1 (6)
City Street Cl-1 (6)
Roadway Cl-1 (6)
Gravel Street Cl-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.l
C2-2.2
C2-2.3
C2-2.4
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
(1)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
....
C2-2.5 Rejection of Proposals C2-2 (3)
C2-2.6 Bid Security C2-2 (3)
C2-2.7 Delivery of Proposal C2-2 (3)
C2-2.8 Withdrawing Proposals C2-2 (3)
C2-2.9 Telegraphic Modifications of Proposals C2-2 (3)
C2-2.10 Public Opening of Proposal C2-2 (4)
C2-2.11 Irregular Proposals C2-2 (4)
C2-2.12 Disqualification of Bidders C2-2 (4)
C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3 .1 Consideration of Proposals C3-3 (1) )'r
C3-3.2 Minority Business Enterprise/Women Business C3-3 (1) • • r
Enterprise Compliance
C3-3.3 Equal Employment Provisions C3-3 (I)
C3-3.4 Withdrawal of Proposals C3-3 (1)
C3-3.5 Award of Contract C3-3 (2)
C3-3.6 Return of Proposal Securities C3-3 (2) If'-
C3-3.7 Bonds C3-3 (2)
C3-3 .8 Execution of Contract C3-3 (3)
C3-3.9 Failure to Execute Contract C3-3 (3) -C-3-3.10 Beginning Work C3-3 (4)
C3-3.ll Insurance C3-3 (4)
C3-3.12 Contractor's Obligations C3-3 (6)
C3-3.13 Weekly Payrolls C3-3 (6)
C3-3.14 Contractor's Contract Administration C3-3 (6)
C3-3.15 Venue C3-3 (7)
C4-4 SCOPE OF WORK /I
C4-4.i Intent of Contract Documents C4-4 (1)
C4-4.2 Special Provisions C4-4 (1)
C4-4.3 Increased or Decreased Quantities C4-4 (1)
C4-4.4 Alteration of Contract Documents C4-4 (2)
C4-4.5 Extra Work C4-4 (2)
C4-4.6 Construction Schedule C4-4 (3).
C4-4.7 Schedule Tiers Special Instructions C4-4 (6)
·~
=
C5-5 CONTROL OF WORK AND MATERIALS
C5-5.l Authority of Engineer C5-5 (1)
C5-5.2 Conformity with Plans C5-5 (1)
C5-5.3 Coordination of Contract Documents C5-5 (1)
{ C5-5.4 Cooperation of Contractor C5-5 (2)
$/ C5-5.5 Emergency and/or Rectification Work C5-5 (2) I
I ....... i,
C5-5.6 Field Office C5-5 (3) ' .
C5-5 .7 Construction Stakes C5-5 (3)
~ ..
' " (2)
.,
C5-5.8
C5-5.9
C5-5 .10
C5-5 .l l
C5-5.12
C5 -5.13
C5-5.14
C5-5 .15
C5-5 .16
C5-5.17
C5-5.18
C6-6
C6-6.l
C6-6.2
C6-6.3 .
C6-6.4
· C6-6 .5
C6-6 .6
C6-6.7 ·
C6 -6.8
C6-6.9
C6-6.10
C6.6.ll
C6-6.12
C6 -6 .13
C6-6.14
C6-6.15
C6 -6.16
C6-6.17
C6-6.18
C6-6.19
C6-6.20
C6-6.21
C7-7
C7-7.l
C7-7.2
C7-7.3
C7-7.4
C7-7 .5
C7-7.6
C7-7.7
C7-7.8
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
CS-5 (3)
C5-5 (4)
C5-5 (4)
CS-5 (4)
C5-5 (5)
CS-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials, and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Way
·. C6 -6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
Railway Crossings C6-6 (3)
Barricades, Warnings and Flagmen C6-6 (3)
Use of Explosives , Drop Weight, Etc. C6-6 (4)
Work Within Easements · C6-6 (5)
Independent Contractor C6-6 (6)
Contractor's Responsibility for Damage Claims C6-6 (6)
Contractor's Claim for Damages C6-6 (8)
Adjustment or Relocation of Public Utilities, Etc. C6-6 (8)
Temporary Sewer and Drain Connections C6-6 (8)
Arrangement and Charges for Water Furnished by the City C6-6 (9)
Use of a Section or Portion of the Work C6 -6 (9)
Contractor 's Responsibility for the Work C6-6 (9)
No Waiver of Legal Rights C6-6 (9)
Personal Liability of Public Officials C6-6 ( 10)
State Sales Tax C6-6 (10)
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
(3)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7-7 (3)
-
.... ,,.
C7-7 .9 Delays C7-7 (4)
C7-7 .10 Time of Completion C7-7 (4)
C7 -7.11 Suspension by Court Order C7-7 (5)
C7-7 .12 Temporary Suspension C7-7 (5)
C7 -7 .13 Termination of Contract due to National Emergency C7-7 (6)
C7-7 .14 Suspension or Abandonment of the Work C7~7 (6)
and Annulment of the Contract:
C7-7 .15 Fulfillment of Contract C7-7 (8)
C7-7.16 Termination for Convenience of the Owner C7 -7 (8)
C7 -7 .17 Safety Methods and Practices . C7 -7 (11)
C8-8 MEASUREMENT AND PAYMENT
C8-8.1 Measurement Of Quantities C8-8 (1) .
C8-8 .2 Unit Prices C8-8 (1) ..
C8-8.3 Lump Sum C8-8 (1)
C8-8.4 Scope of Payment C8-8 (1) . r~
C8-8 .5 Partial Estimates and Retainage " C8-8 (2)
C8 -8.6 Withholding Payment C8 -8 (3)
C8-8 .7 Final Acceptance C8-8 (3)
C8-8 .8 Final Payment C8-8 (3)
C8-8.9 Adequacy of Design C8-8 (4)
C8-8.10 General Guaranty C8-8 (4)
C8-8 .ll Subsidiary Work C8-8 (4)
C8-8.12 Miscellaneous Placement of Material C8-8 (4)
C8 -8.13 Record Documents C8-8 (4) /l
-' .
(4)
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl~l DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them an~ used , the intent and meaning shall be
understood and interpreted as follows :
C 1-1 .2 CONTRACT DOCUMENTS:. The Contract Documents are in all of the written
and drawn documents, such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a . GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A -NOTICE TO BIDDERS
PARTB-PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART CT -CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
(Sample) White
(Sample) White
b . SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E -SPECIFICATIONS
PERMITS/EASEMENTS
PARTF-BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders.
Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure,· the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS : Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a.
b.
C.
d.
C2-2.6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3.7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
-
-
C 1-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents .
Cl-1.11 PLANS : The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the . location, dimension and position of the
various elements of the project, including such profiles, typical cross-sections, layout
diagrams , working drawings, preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The · plans are usually bound separately
from the other parts of the . Contract Documents,. but they are part of the Contract
Documents just as though they were bound therein.
C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation , authorized and
chartered under the Texas State Statutes, acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties.
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous.
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-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
Cl-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative ..
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant, or agents.
Cl-1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents, engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
Cl-1.20 CONTRACTOR: The person, person's, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work, acting
Cl-1 (3)
> r
;
directly or through a duly authorized representative. A sub-contractor is a person, firm,
corporation , supplying labor and materials or only labor , for the work at the site of the
project
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein .
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents , including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
C 1-1.23 WORKING DAY: A working day is defined as a calendar day, not including
Saturdays , Sundays, and legal holidays, in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions
as permitted in paragraph C7-7.6
Cl-1.24 CALENDAR DAYS : A calendar day is any day of the week or month, no days
being excepted.
C 1-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows :
1.
2.
3.
4.
5.
6.
7.
8.
9.
New Year 's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December25
When one of the above · named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations. Employees · working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
Cl-1 (4)
-
-
--. '
<
'
r
AASHTO -American Association of State MGD Million Gallons
Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
IAW In Accordance With Min. Minimum
ASTM American Society of Testing Mono. Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D. Inside Diameter
ASA American Standards Association O.D. Outside Diameter
HI Hydraulic Institute Elev. Elevation
Asph. Asphalt F Fahrenheit
Ave. Avenue C Centigrade
Blvd. Boulevard In . Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin. Linear or Lineal Yd. Yard
lb. Pound SY Square yard
MH Manhole L.F. Linear Foot
Max. Maximum D.I. Ductile Iron
Cl-1 .27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal .
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
Cl-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
· a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. , Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4 . Concrete, with or without separate base material.
5. Any combination of the above.
Cl-1 (5)
·~·
,,
;·
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys ."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated .
C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists.
C 1-1.32 , GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
I
I
'l
Cl-1 (6)
t • .. . '
... .. ~
-.,
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security , and state the basis for enteringinto a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids .
. The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old .
In the case that bidding date falls within the time a new statement is being prepared , the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans . The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2 (1)
C2-2 .3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish. All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents.
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,·
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the diffrculties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the inv{!stigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
-
, ..
..
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2 .5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures , additions not called for, conditional or uncalled for
alternate bids , erasures, or irregularities of any kind, or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened .
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal ." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract , the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids .
C2 -2.7 DELIVERY OF PROPOSAL:. No proposal will be considered unless 1t 1s
delivered , accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place . The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered . Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders ." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas .
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals . A request for
non-consideration must be made in writing, addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2 .9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2 (3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read alo4d by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders ." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2 .ll IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for,
unauthorized alternate bids , or irregularities of any kind. However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to, the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make .
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1.
2 .
3.
Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
• f
C2-2 (4)
. .
. .
,:{
' ..
"t
\
;
~
'
..
,.._
• ,, . ~-
: "'1" . ' -..
~·
PARTC -GENERALCONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD 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 bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts .as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed . with the work in any manner as may be considered for the best interest of the
Owner.
C3-3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3.5 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 award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award.
C3-3 .6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
have been determined for comparison of bids, the Owner may, at its discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3 .7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons . against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shalL guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
b. MAINTENANCE BOND: A good and sufficient maintenance bond; in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10.
c. PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
-
,--
5160, Revised Civil Statutes of Texas , 1925 , as amended by House Bill
344, Acts 56 1h Legislature, Regular Session, 1959 , effective April 27,
1959, and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made .
d. OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas , and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S . Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3 .8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may annual the Award. By reason of the -uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee's
failure to execute said bonds and contract within ten (10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the Awardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: · The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3.11 INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors .
a .
b.
C.
COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,'
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500,000 covering each
occurrence on account of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage.
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability ( covers General Contractor's Liability for acts
of sub-contractors).
C3-3 (4)
r. -
2.
3 .
4.
5.
6.
Blasting, prior to any blasting being done.
Collapse of buildings or structures adjacent to excavation ill
excavation are 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).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
e.
f.
g.
SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor's insurance not cover the sub-contractor's work operations.
LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's · insurance and
C3-3 (5)
performance, payment, maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth. Tarrant County, Texas. Each such
agent shall be a duly qualified, one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
.with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex, the Fort Worth-
Dallas area. The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance .
C3-3.12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials, labor and services when due.
C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period . A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR'S CONTRACT ADMINISTRATION: Any Contractor,
whether a person, persons, partnership, company, firm, association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office ( or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle .all material,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the . Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
,t"-
appropriately signed and sealed, as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents . The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work, or other, be
governed direct by local authority . This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned . No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.·
C3-3 .15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas .
C3-3 (7) I
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
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents . It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4 .2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions "
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents .
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories .
C4-4 (1)
-
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
· character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole. Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents .
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents , shall be defined as "Extra Work" and shall be
· performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The actual reasonable cost of (1) labor , (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and (4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
(4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work .
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including · without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4 .6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i.e. file formats associated with the
scheduling software). The approved scheduling software systems for creating the
scbedule files are:
Primavera (Version 6.1 or later or approved by OWNER)
Primavera Contractor (Version 6.1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration, resource allocation, and logic issues.
C4-4 (3)
.-
-
-
-··
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4 .6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any.
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction
schedule. ·
a . Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements , and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline .
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d. The critical path shall be clearly shown on the construction schedule.
· e . Float time is defined as the amount of time between the earliest start date and the
late start date using CPM . Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be div1ded into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration.
The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of
this contract document by reference for all purposes, the same as if copies verbatim
herein ..
For each general activity, the construction schedule shall identify all trades or
subcontracts applicable to the project whose work is represented by activities that follow
the guidelines of this section.
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following : procurement, construction, pre-acceptance activities, and
C4-4 (4)
events in their logical sequence for equipment and materials . Include applicable activities
and milestones such as :
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall
prepare and submit monthly to the OWNER for approval the updated schedule in
accordance with C4-4 .6 and C4-4.7 and the OWNER's Schedule Guidance Document
inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and
record actual progress as described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following , if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a. The CONTRACTOR's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates , submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
C4-4 (5)
.-
.-
-
-
C-4-4 .6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion
of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR
shall take such action as necessary to improve his progress . In addition, the OWNER
may require the CONTRACTOR to submit a revised schedule demonstrating his program
and proposed plan to make up lag in schedule progress and to ensure completion of the
Work within the allotted Contract time .
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the
contract documents. The requirements for each Tier are described below.
CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document
provided in the Contract Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the
scheduling software shall be cost-loaded with the total contract dollars
associated with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2. Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars. It is ·
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 .requirements, and additionally the following:
• Labor resources (Man-Hours) shall be loaded into the scheduling
software using the "LABOR" resource type with man-hours and
without cost.
C4-4 (6)
PART C -GENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5.l AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished, work performed, rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfillment of the
Contract, compensation, mutual rights · between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations, and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to ·both the owner and Contractor, a written
decision on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documents are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications, special conditions shall govern over general conditions and standard
specification, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in the
C5-5 (1)
.-.
-
-
-
Contract Documents , and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent .of the Contract
Documents .. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings , specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
C5 -5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times , one set of such Contract Documents.
The Contractor sh all give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his . inspector, and other
Contractors in every possible way .
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English -speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives . Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor 's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call, as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determin~.s that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing.
The Contractor shall . provide all facilities to enable the Engineer and · his inspector to
examine and inspect the workmanship and materials entering into the work.
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: · When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work ,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans , the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project.
CS-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air
conditioned, lighted, and weather proof, so that documents will not be damaged by the
elements .
C5-5.7 · CONTRUCTION STAKES: The City, through its Engineer, will furnish
the Contractor with all lines, grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
CS-5 (3)
.....
-
--
-
-
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work . He will not accept from the Contractor any compensation in any
form for performing any duties . The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
CS -5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents .
· Should the work exposed or examined prove acceptable , the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection .
C5-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense. Work done beyond
the lines and grades given or as shown on the plans, except as herein specially provided,
or any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal · of any defective or unauthorized work shall not constitute
acceptance of such work.
C5-5 .l 1 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law, ordinance , codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will ·perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
C5-5 (4)
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense . Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the
Engineer, or as called for in the Contract Documents, tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided. The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furnishing materials and equipment fully conforming to the requirements of the Contract
Documents. Tests and sampling of materials, unless otherwise specified, will be made in
accordance with the latest methods prescribed by the American Society for Testing
· Materials or specific requirements of the Owner. The Contractor shall provide such
facilities as the Engineer may require for collecting and forwarding samples and shall not,
without specific written permission of the Engineer, use materials represented · by the
samples until tests have been made and the materials approved for use. The Contractor
will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum, and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed, and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prior to the
placing of concrete, using samples from the same aggregate, cement, and mortar which
are to be used later in the concrete. Should the source of supply change, new tests shall be
made prior to the use of new materials.
CS-5.13 STORAGE OF MATERIALS: All materials which are to be used in the
construction contract shall be stored so as to insure the preservation of quality and fitness
of the work. When directed by the Engineer, they shall be placed on wooden platforms or
other hard, clean durable surf aces and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt
inspection.
CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions
shown on the plans relative to the existing utilities are based on the best information
available. Omission from, the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains, water mains, conduits, sewer lines and service lines for
C5-5 (5)
-
-
.-
-
-
all utilities , etc ., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures ,
and service lines shall include notification of all utility companies at least forty-eight ( 48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
CS-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance , shall be required to:
1. Notify the Water Department's Distribution Division as to
location, time, and schedule of service interruption .
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
C5-5 (6)
"NOTICE"
Due to Utility hnp{ovement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ___ _
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate.
CS-5.16 MUTUAL RESPONSIBil.JTY OF CONTRACTORS : If, through act. or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor-, who shall indemnify and save
harmless the owner against any such claim.
CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice, and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site of the project all surplus and discarded materials, temporary
structures, and debris of every kind. He shall leave the site of all work in a neat and
orderly condition equal to that which originally existed . Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean , polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project.
C5-5 (7)
-
--
-
-
C5-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification . After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
C5-5 (8)
PART. C-GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.l LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered . The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses , pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design . It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and .
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits.
C6 -6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
.....
...
-
-
-
-
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment
stored about the work shall be placed and used, and the work shall at all times be so
conducted, as to cause no greater obstruction or inconvenience to the public than is
considered to be absolutely necessary by the Engineer. The Contractor is required to
maintain at all times all phases of his work in such a manner as not to impair the safety or
· convenience of the public, including, but not limited to, safe and convenient ingress and
egress to the property contiguous tot he work area. The Contractor shall make adequate
provisions to render reasonable ingress and egress for normal vehicular traffic, except
during actual trenching or pipe installation operations, at all driveway crossings. Such
provisions may include bridging, placement or crushed stone or gravel or such other
means of providing proper ingress and egress for the property served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic, with specific approval by the Engineer, If diversion of traffic · is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed
· except by special permission of the Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours · notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer, shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners , and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6 -6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys, .or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents , or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools , materials, and equipment for construction purposes may be
stored in such sp ace, but no more than is necessary to avoid delay in the construction
operations . Excavated and waste materials shall be piled or staked in such a way as not to
iriterfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc . Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense .
C6 -6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of~way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City . The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights, and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into , any work under
C6-6(3)
...
.....
-
-
-
-
construction or being maintained. The Contractor sh all furni sh watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage .
· All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued
under the authority of the "State of Texas Uniform Act Regul ating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues , pertinent section being Section Nos . 27,
29, 30 and 31.
The Contractor will not remove any regulatory sign, instructional sign , street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign . If the
temporary sign is not installed correctly or if it does not meet the required specifications ,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sigh can be re-
installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades, signs, fences, lights , or watchmen to protect them . Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor . at the Contractor's own
expense. The Contractor 's responsibility for the maintenance of barricades , signs , fences
and lights , and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent ·removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period, as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT. ETC.: Should the Contractor elect to
use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property. The Contractor shall notify
the proper representative of any public service corporation, any company, individual, or
utility, and the Owner, not less than twenty-four hours in advance of the use of any
C6-6(4)
activity which might damage .or endanger their or his property along or adjacent to the
work .
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights -of-way or
work area considered necessary by the Contractor shall be provided by him at his
expense . Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to , all tress, shrubbery, plants, lawns,
fences , culverts, curbing, and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work .
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work . Such
notice shall be made at least 48 hours in advance of the beginning of the work . Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or -other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission , neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing, rebuilding, or otherwise
C6-6(5)
-
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area . The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore, no separate payment shall be allowed for any service associated with
this work
In case of failure on the part of the Contractor to restore such property or to make good
such damage ·or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nu'isance or hazardous condition results ,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same, and shall
be solely responsible for the acts and omissions of its officers, agents, servants,
employees, contractor, subcontractors, licensees and invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers, agents, employees, contractors, subcontractors, licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the · Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers, agents, employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.,
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed .
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
-
-
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6 .13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25 1h day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the .owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction · will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main . All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VAL YES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OFA SECTION OR PORTION OF THE WORK: Whenever, m the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any pait
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or workmanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild, repair, restore , and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes .
C6-6.19 NO WAIVER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6(9)
.. -
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth ,
and organization which qualifies for exemption pursuant the provisions of Article 20 .04
(H) of the Texas Limited Sales , Excise, and Use Tax Act, the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007 . Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011 , and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which has been dedicated to the
public and the City of Fort Worth , an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales , Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station ·
Austin, TX
C6-6(10)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7 .1 SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of workmen under his immediate superintendance, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages.
C7-7.3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
-
'I!
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 reliev e the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7 .8 EXTENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time .
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amoun_t of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen , including
equipment operators, may be imported only after the local supply is exhausted . The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who , in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful, intemperate,
dishonest, or otherwise objectionable or neglectful in the proper performance of his or
their duties , or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties.
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress . All equipment,· tools, and machinery used for handling
· materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition .
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS " or
the date stipulated in the "WORK ORDER" for beginning work , whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday .
b. Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C 1-1 .24 and the Contractor may work as he so desires.
C7-7 .7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for ail
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for compietion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood, tornadoes, epidemics , quarantine restrictions, strikes, embargoes,
or delays of sub-contractors due to such causes.
C7-7(3)
... '
...
-
When the date of completion is based on a calendar day bid, a request for extension of
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials . will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS: The Contractor shall receive no compensation for delays · or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material, if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents.
· The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty; but .as liquidated damages suffered by the Owner.
C7-7(4)
AMOUNT OF CONTRACT
$ 5,001
$ 15,001
$ 25,001
$ 50,001
$ 100,001
$ 500,001
$1,000,001
$2,000,000 and over
Less than $ 5,000
to $ 15,000
to $ 25,000
to $ 50,000
to $ 100,000
to $ 500,000
to $ 1,000,000
to $2,000,000
inclusive
inclusive
inclusive
inclusive
inclusive
inclusive
inclusive
inclusive
·AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
$ 35.00
$ 45.00
$ 63.00
$ 105.00
$ 154.00
$ 210.00
$ 315.00
$ 420.00
$ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay .
C7-7 .ll SUSPENSION BY COURT ORDER: The Contractor . shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such manner that they will not obstruct or impede the public
unnecessarily nor become damaged in any way, and he shall take every precaution to
prevent damage or deterioration of the work performed; he shall provide suitable drainage
about the work, and erect temporary structures where necessary.
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be
C7-7(5)
... -.
" -
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
Contractor may be reimbursed for the cost of moving his equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
· construction may be resumed. Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
. operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor , materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months, the Contractor shall within seven days
notify the City in writing , giving a detailed statement of the efforts which have been made
and listing all necessary items ·of labor, materials, and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials,· and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
c. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations.
d . Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents .
g. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
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 shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k . · If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents . All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents .
C7-7(7)
•
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue , then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants , tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7 .16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under this contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated , and the
date upon which such termination becomes effective. Receipt of the notice
. shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
B.
claim, demand or suit shall be required of the Owner regarding such
discretionary action
CONTRACTOR ACTION : After receipt of a notice of termination ,
and except as otherwise directed by the Engineer, the Contractor shall :
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times, and to the extent, if any, directed by the Engineer:
a. the fabricated or unfabricated parts, work in
progress , completed work , supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
b. The completed, or partially completed plans,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such · action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination, the Contractor may submit to the Engineer a list,
certified as to quantity and quality, of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
which has been directed or authorized by Engineer , Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
C . TERMINATION CLAIM: Within 60 days after the notice of
termination , the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
D. AMOUNTS: Subject to the prov1S1ons of Item C7-7.l (C), the .
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided , that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7.16(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph.
E. FAILURE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7.16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine, on the basis · of
information available to it, the amount, if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined . No amount shall be due for lost or anticipated profits.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
I. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
'l
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for, or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause , and not
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein , however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
H. NO LIMITATION OF RIGHTS : Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal; state, and local laws, ordinances, and
regulations so as to protect person and property from injury, including death, or damage
in connection with the work.
C7-7(11).
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8. l MEASUREMENT OF QUANTITIES : The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer ,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice , and will
be the actual length, area, solid contents, numbers, and weights of the materials and item
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said
"Unit Price " shall include the furnishing by the Contractor of all labor, tools, materials ,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents .
The "Unit Price" shall include all permanent and temporary protection of overhead ,
surface , and underground structures, cleanup, finishing costs, overhead expense, bond ,
insurance, patent fees, royalties, risk due to the elements and other clauses, delays,
profits , injuries , damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans .
C8-8.4 SCOPE OF PAYMENT: · The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and darb.age arising out of the nature of the work or from the
action of the elements , for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph CS-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights , or other legal reservations,
C8-8(1)
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections, or damage, and the
Contractor shall be liable to the Owner for failure to conect the same as provided herein.
C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1 st and the 5th
· day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000.00, or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25)
days after the regular estimate period. The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85% of the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates.
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and such estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract.
C8-8(2)
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection. The
Engineer shall notify the appropriate officials of the Owner, will .within a reasonable time
make such final inspection, and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8 -8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents , will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms , associations, corporations, or other organizations
furnishing labor and/or materials have been paid in full,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal 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 the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents . It is , therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY : Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.ll SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda, modifications , shop drawings and samples at the
C8-8(4)
site, in good order and annotated to show all changes made during the construction ·
process. These shall be delivered to the Engineer upon completion of the work.
C8 -8(5)
-
A.
B.
C.
D.
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
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.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid .
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the net
voice value thereof The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate.
For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent
(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor · fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
Part C -General Conditions: Paragraph C3-3.ll 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.
F.
G.
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
iniurYz 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 claini for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with .a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered, increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents.
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
C3-3.1 l INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL
Revised
10/24/02
Pg.2
-
-
-
-
INSURANCE REQUIREMENTS"
a . The City, its officers , employees and servants shall be endorsed as an additional insured
on Contractor's insurance policies excepting employer's liability insurance coverage under
Contractor's workers' compensation insurance policy.
b. Certificates of insurance shall be delivered to the City of Fort Worth, contract
administrator in the respective department as specified in the bid documents, 1000
Throckmorton Street, Fort Worth, TX 76102, prior to commencement of work on the
contracted project.
c . Any failure on part of the City to request required insurance documentation shall not
constitute a waiver of the insurance requirements specified herein.
d. Each insurance policy shall be endorsed to provide the City a minimum thirty days
notice of cancellation, non-renewal, and/or material change in policy terms or coverage.
A ten days notice shall be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current
AM. Best rating of A: VII or equivalent measure of financial strength and solvency.
f Deductible limits , or self-funded retention limits, on each policy must not exceed
$10,000.00 per occurrence unless otherwise approved by the City. ·
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h. Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance.
j . Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
. not be called upon to contribute to loss recovery.
k. In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
1. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg.3
H .
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4 , Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced with the following :
The 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. CS-8 .10 GENERAL GUARANTY: Delete CS-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 performance of the general guaranty as above outlined. The Owner will give notice of observed
defects with reasonable promptness.
Revised
10/24/02
Pg.4
...
-
-
-
J.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor ofthis 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 commmiication 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
L.
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
reinsurerin the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
2. Pg. C3-3(5) Paragraph C3-3.l l INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3 .l l INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8.14 RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, 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:
1. 50 copies and under~ 10 cents per page
Revised
10/24/02
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 .10 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:
0.
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all .reasonable necessary measures.
MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall 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 th~ prevailing wage rates in accordance with Chapter 2258,
Texas Government Code. Such prevailing wage rates are included in these contract
documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract;
and (ii) the actual per diem wages paid to each worker. These records shall be open at all
reasonable hours for inspection by the City. The provisions of Section C-1, L. Right to
Audit (Rev. 9/30/02) pertain to this inspection.
( c) The contractor shall include in its subcontracts and/or shall otherwise require all of its .
subcontractors to comply with paragraphs (a) and (b) above.
( d) With each partial payment estimate or payroll period, whichever is less, an affidavit
stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Revised
10/24/02
Pg. 8
PART D -SPECIAL CONDITIONS
D-1 GENERAL ............................................................................................................................ 3
D-2 COORDINATION MEETING ................................................................................................ 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7 -D-5 CROSSING OF EXISTING UTILITIES ................................................................................. ?
D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ..................................................... .-............. 8
D-8 TRAFFIC CONTROL ........... · ................................................................................................ 9
D-9 DETOURS .................................................................................................................... -..... 10
D-10 EXAMINATION OF SITE .................................................... ~ .......................................... 10 -D-11 ZONING COMPLIANCE ................................. : ............................................................... 10
D-12 WATER FOR CONSTRUCTION .................................................................................... 10
D-13 WASTE MATERIAL ....................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ........................................................ 10
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES .............................. 11
D-16 BIDQUANTITIES .. .-....................................................................................................... 11
D-17 CUTTING OF CONCRETE .................................................................................... .-....... 1 f
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 SPOIL/FILL MATERIAL ......................................................... · ................ 23
D-32 MECHANICS AND MATERIALMEN 'S LIEN ................................................................... 23
D-33 SUBSTITUTIONS ..................................................................................................... ; .... 23
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARYSEWER ............... 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................ 27
D-36 BYPAs·s 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 IDENTIFIED 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
0-57 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
0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51
D-65 WAGE RATES ... .-.......................................................................................................... 51
0-66 . 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
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56
D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57
0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57
02/09/201 0 SC-2
-
PART D -SPECIAL CONDITlONS
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 Condit ions and part C 1 -Supplementary Conditions
to Part C of the Contract are to be read together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR: PROJECT DESCRIPTION
2008 CAPITAL IMPROVEMENT PROGRAM
NEIGHBORHOOD STREET CONTRACT 9D
FORT WORTH , TEXAS
CITY PROJECT NO. 01321
WATER DEPARTMENT PROJECTS NO. P 253 531200 6091701321
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 applicab le to this proj ect under the prov isions stated
above . The Contractor shall be responsible for defects in this project due to faulty materials and ·
wo rkmanship , 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 cailed 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 .~ .. ef SC-3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor , Municipal Building, Fort Worth,
Texas 76102. The specifications applicable to each pay item are indicated by the call-out for the
pay item by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered ,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place . The mere fact that
a proposal was dispatched will not be considered . The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division , PO Box 17027, Fort Worth , Texas 76102.
B. WITHDRAWING PROPOSALS : Proposals actually filed w ith the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals. A request for non-consideration of a
proposal must be made in writing , addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud , the proposals for which non-consideration
requests have been properly filed may , at the option of the Owner, be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals , provided
such telegraphic communication is received by the Purchasing Manager prior to the said
proposal opening time , and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time. If such confirmation is not received
within forty-eight (48) hours after the proposal opening time, no further consideration will be
given to the proposal.
0210912010 SC-4
-
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes , weekly meetings at the job s ite 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 cert ificate 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' compensat ion 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
unt il the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
3. Persons provid ing 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 report ing 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 a ll
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 not ify 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 prov iding 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 requ ired certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery , within ten
(1 O) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
02109/2010 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 t~e 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 d istance 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 wrapp ing . The material for sanitary sewer serv ice 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 responsib ility 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 fo r 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 ex isting 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 exist ing 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 subsid iary 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 exist ing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent, location, and depth ; they are shown on the
plans as the best information available at the time of design, from the owners of the utilities
involved and from evidences found on the ground.
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles cou ld exceed the load bearing capacity of the pipe
under shallow bury conditions. It will be the responsibility of the Contractor to protect both the new
02/09/2010 SC-8
-
. PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads . The Contractor shall not , at any
time , cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the
exist ing 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 add itional
. 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 requ ired . The Contractor shall be responsible for
· prov iding traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways ," codified as Article 6701 d Vernon 's Civil Statutes , pertinent sections being Section Nos.
27 , 29 , 30 and 31.
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 determ ined 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 w ith 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
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area .
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions , which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed . Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions , which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes .
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include , but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment ( and all subsequent payments until completed) of the appropriate bid item( s) will
be reduced by 25%.
Final cl!=anup work shall be done for this project as soon as all construction has been completed .
No more than seven days shall elapse after completion of construction before the roadway, right-
02/09/2010 SC-10
PART D -SPECIAL CONDITIONS
of-way, or easement is cleaned up to the sat isfaction 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 sjgn 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
g iven 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 d ifferences 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
02/09/2010 SC-11
PART D -SPECIAL CONDITIONS
Project s igns are required at al l 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 mount ing . In addition to the 4 ' x 8' project signs, project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted . Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint or coloring on the barricades . Barricade signs shall be in accordance
with Figure 30, except that they shall be 1 '-0 " by 2'-0 " in size . The information box shall have the
following information :
For Questions on this Project Call :
(817) 392-8306 M-F 7:30 am to 4 :30 p.m.
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials, labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed .
D-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 the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by the
Engineer, depending on field conditions . Payment for miscellaneous placement of material will be
made for only that amount of material used , measured to the nearest one-tenth unit. Payment for
miscellaneous placement of material shall be in accordance with the General Contract Documents
regardless of the actual amount used for the project.
D-21 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item
208 .3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications, General Contract Documents.
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 , Construct ion 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 wo rd "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. 0 . W. shall be in accordance with Sections E 1-2 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.I. = 10 or less
Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same .
3 . TRENCH . COMPACTION: All trench backfill shall be placed in lifts per E2-2 .9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S .T .M. 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture content.
The City , at its own expense , will perform trench compaction tests per A.S.T.M. standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the-trench not to 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
Ut ility 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.
02/09/2010 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
ex isting 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 exist ing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a min imum 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 Serv ices 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, vau lts, 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, a re 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 excavat ion 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 excavat ing 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-bu ilt 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 prov ide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing finish grade of the ground . The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole.
02/09/2010 SC-16
-
PART D -SPECIAL CONDITIONS
Manholes in open fields , unimproved land , or dra inage 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 finished. Locking manhole lids and
frames will be restricted to locations within the 100-year f loodplain 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 cas t 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.
Th is sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal,
Ram-Nek, E-Z Stick ,· or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation , or
any other chemical action for either its adhesive properties or cohesive strength . The Joint
sealer shall rema in totally flexible without shrinking , hardening , or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years .
B. EXECUTION:
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials. All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt , sand , mud, or other fo reign 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 rema in on the joint
sealant until immediately prior to the placement of the pipe in the trench. After removal of
the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
02/09/2010 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 s ides of the t rench 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 , bloc.k materials other
than pre-cast concrete rings , or where necessary and approved by the Engineer, shall be
replaced w ith 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
be low the frame. If the walls or cone sect ion below this level are structurally unsound,
notify the Eng inee r prior to replacement of the grade rings and manhole frame . Exist ing
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 ou tside edge of each jo int , 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 (or the compression of the joint material shall be made to
assure a proper final grade elevation .
3. EXPOSED EXTERIOR SURFACES : All exposed exterior. surfaces shall be coated with
two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black"; Tnemec "46-
450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness.
4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned w ith a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling .
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all
labor, equipment , and materials necessary for construction of the manhole including , but not
limited to , joint sealing , lift hole sealing and exterior surface coating . Payment shall not include
pavement replacement, which if required , shall be paid separately.
02/09/2 010 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 ,
backfi ll , 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 seal ing the manhole, including but not
limited to , jo i nt sealing , lift hole sealing , and exterior surface coating .
Payment for concrete collars will be made per each . Payment for manhole inserts w i ll 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 respons ible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be · performed in an expedit ious manner.
A minimum of 24 hours advance notice shall be given when taps will be required . Severed service
· connections shall be maintained as spec ified 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 ac:ijustment. 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
construct ion 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 Eng ineer 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 s ituations 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 ma in , 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 ver ify 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 Eng ineer shall be immediately notified in the event that the two (2) pe rcent
minimum slope is not satisfied . If the Contractor determines that .a different alignment for the
re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied. Prior to backfilling , the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its so le 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 des igned 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 util ize schedule 40 PVC for all sanitqry sewer service re-routes or
relocations located on pr ivate property . Furthermore , the contractor shall utilize the services of
a licensed plumber for all service line work on private property . Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route .
Payment for work and materials such as backfill, removal of existing clean-outs, plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings , surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way . Payment for all work and material involving the "tap" shall be included in the price bid for
sanitary sewer service taps .
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans , and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1.5 Salvaging of Material and E2-2. 7 Removing Pipe , of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condit ion.
02/09/2010 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 materia l
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 service surface . Payment for work involved in
backfilling, plugging of pipe(s) and all other appurtenances required , shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole .
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 with surrounding surface.
I. CUTTING AND PLUGGING EXISTING MAINS: At various locations on this project, it may be
required to cut, plug, and block exist i ng water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required.
J. REMOVAL OF EXISTING PIPE : Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard .
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants , gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location.
Payment will be made for salvaging , abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main , the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main.
Once this determination has been made , the existing main will be abandoned as indicated
above in Item I.
02/09/2010 SC-22
PART D -SPECIAL CONDITIONS
D-29 DETECTABLE WARNING TAPES
Detectable underground ut ility 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 2Y2 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 SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth 's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is
required if disposal sites are not in a floodplain . Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated
with obtaining the fill permit , including any necessary Engineering studies, shall be at the
Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the d isposal site, Contractor shall
remove the spoil/fill material at his expense and dispose of such materials in accordance with the
Ordinances of the City and this section.
D-32 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men's liens upon
receipt of payment.
D-33 SUBSTITUTIONS
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 w ritten permission of the Engineer to make a substitution for the material, which has
been spec ified . Where the term "or equal ", or "or approved equal " is used, it is understood that if a
material , product, or piece of equipment bearing the name so used is furnished, it will be
approvable, as the particular trade name was used for the pu rpose 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 exc lude alternative items or material or equipment which may accomplish the intended
purpose . However, the Contractor shall have the full respons ibility 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
telev ision. 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 flood ing 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 aga in attempted . If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists , and the cleaning effort shall be abandoned.
02/09/2010 SC-24
PART D -SPECIAL CONDITIONS
When add itional quant it ies 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
rece ive 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 clean ing.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge , dirt, sand , rock , grease , and other solid
or semisol id material resulting from the cleaning operation shall be removed at the
downstream manho le of the section being cleaned . Passing material from manho le 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 clean ing 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 w ill 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 serv ice taps . In no case will the television camera be pulled at a speed greater
than 30 feet per m inute. 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 g_round 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
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 SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected. The Engineer will return tapes to the Contractor upon completion of
review .
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
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 including collection and removal, transportation and disposal of sand
and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated , the cleaning of that portion of line shall
be incidental and no payment shall be made .
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections.
The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during
inspection , shall be incidental to TV Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable , regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes .
8. 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 C 1244-93:
02/09/2010
Table I
MINIMUM TIME REQUIRED FOR VACUUM .DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH. 48-1 nch Dia . 60-1 nch 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 manho le 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 san itary 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
rehab ilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer . The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system. Under no circumstances will the Contractor be permitted to
discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement
of the sewer line .
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television . Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of clean ing .
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The telev ision camera used for the inspection shall
be one specifically designed and constructed for such inspection. Lighting for the camera shall
be operative in 100% humid ity conditions. The camera , television 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 requ ired 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
provid ing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechan ical cleaner) to
prov ide video image required for line analys is. 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.
0-38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shali furnish, at its own expense , certifications by a private laboratory for all
materials proposed to be used on the project, including a mix design for any asphaltic and/or
Portland cement concrete to be used , and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken . The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto .
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement , and mortar which are
to be used later in the concrete : The Contractor shall provide a certified copy of the test
results to the City.
C. Quality control testing of in-place material on this project will be performed by the city at its own
expense. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the City . The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requiring testing . The Contractor shall provide access and trench safety system (if required).
for the site to be tested, and any work effort involved is deemed to be included in the unit price
for the item being tested .
02109/2010 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 supply ing 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, sedimen t basins , fiber mats , jute netting,
temporary seed ing , straw mulch , asphalt mulch , plastic liners , rubble liners , baled-hay retards,
dikes, slope drains and other devices.
B. CONSTRUCTION REQUIREMENTS : The Engineer has the author ity to define erod ible earth
and the authority to lim it 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 pollut ion-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 grad ing ,
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 . Wheri 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.
02/09/2 010 SC-31
PART D -SPECIAL CONDITlONS
6. The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and
reservoirs with fuels, oils , bitumen , calcium chloride or other harmful materials . He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes
and reservoirs and to avoid interference with movement of migratory fish .
C. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this work.
D-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.
D-41 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors' operations including lawns , yards , shrubs,
trees , etc ., shall be preserved or restored after completion of the work, to a condition equal to or
better than prior to start of work .
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
as soon as possible with a tree wound dressing .
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming, removal, or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the
Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture . Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City.
To prevent the spread ofthe Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
D-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot.
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 required prior to excavating . Sod material shall be planted within three
days after it is excavated .
CONSTRUCTION METHODS : After the designated areas have been completed to the lines ,
grades, and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda , Buffalo or St.
Augustine grass .
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the
dimensions shown on the Drawings , shall be opened on areas to be sodded. In all furrows,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade . Holes of equivalent depth and spacing may be used instead of furrows .
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy , hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression . Hand tamping may be required on terraces.
b. Block Sodding.
At locations on the Drawings or where directed , sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered, and any voids left in the block sodding shall be filled with additional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod , which, in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil , shall , upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth , sufficiently
close to hold the block sod firmly in place.
When necessary, the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun. Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance .
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3. SEEDING
DESCRIPTION : "Seeding" will consist of preparing ground , providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications .
MATERIALS:
02/09/2010 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 w ithin nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed sha ll be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total: 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total: 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total : 100
CONSTRUCTION METHODS: After the designated areas have been completed to the lines ,
grades, and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described.
a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of t he seed.
02109/2 010 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 ope rations 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 contou r.
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 un iform 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 .
02/09/2010 SC-36
-
PART D -SPECIAL COND1Tl0NS
RE-SEED ING 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 .
* Sl it-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 : "Fert il izer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications .
MA TE RIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings . The figures in the analysis
represent the percent of nitrogen , phosphoric acid , and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted
or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and
· applied per acre shall equal or exceed that specified for each nu.trient.
CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work . Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected .
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings , fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site . Measurement will be made only on topsoils secured from borrow
sources.
Acceptable material for "Seeding" will be measured by the linear foot , complete in place .
02/09/2010 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 subs idiary 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 , hau ling , placing and furnishing all labor, equipment , toois , supplies , and
incidentals necessary to complete work .
All labor, equipment , tools and incidentals necessary to supply, transport , stockp ile 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 compensat ion 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 pr ice for "Seeding ", or "Sodding ", of the type specified , as the case
may · be , which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows :
Fertilizer material and application will not be measured or paid for directly, but is considered
subsidiary to Sodding and Seeding .
D-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM " which must meet OSHA requirements for all its employees and
subcontractors at all times during construction . All active sewer manho les, regardless of depth,
are defined by OSHA, as "permit required confined spaces ". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces .
02/09/2010 SC-38
PART D -SPECIAL CONDITIONS
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
D.I. pipe shall be utilized .
7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense .
8. Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures .
02/09/2010 SC-39
PART D -SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter
shall not be larger than 1-1 /2 times the outside pipe diameter. Voids remain ing after p ipe
installation shall be pressure grouted .
D-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewe rs shall be paid for at the Contract Un it 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 construct ion 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
ba rrier 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 installat ion .
D-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsib le for verifying the locations of all existing utilities prior to
construction, in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate ' and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility , the contractor shall contact the engineer immediately for appropriate design
modifications .
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of ex isting 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 standard contained in the General Contract Documents. Payment for work
such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant
required, shall be included in the linear foot price bid of the appropriate BID ITEM(S).
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 to the provisions
of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects. The steel casing pipe shall be
supplied as follows :
For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up
after field welds shall provide coating equal to those specified above. C. Minimum
thickness for cas ing 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 existing mains
in order to make proposed connections, such down time shall be coordinated with the
02/09/2010 SC-41
PART D -SPECIAL CONDITIONS
Eng ineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an ex isting 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 CS-5 .15 INTERRUPTION
OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing
as to the locat ion , 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 serv ice .
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 utiliz ing approved factory manufactured
tap saddles (when required) and corporation stops , type K copper water tubing , curb stops
with lock wings , meter boxes , and if required approved manufactured
service branches. All materials used shall be as specified in the Material Standards (E1-17
& E1-18) contained in the General Contract Documents .
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade.
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from
the main line to the meter box .
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section CS-5 .15 INTERRUPTION OF SERVICE.
02/09/2010 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 sfop
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 with multiple service branches will be paid
for as one service meter and meter box relocation .
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
4 . NEW SERVICE : When new services are required the contractor shall install tap saddle
(when required), corporation stop , type K copper service line , curb stop with lock wings,
and meter box . Reinforced plastic meter boxes with cast iron lid shall be provided for a ll 2
inch water meters or smaller . The reinforced plastic water meter boxes shall comply with
section E1-18A -Reinforced Plastic Water Meter Boxes.
Payment for all work and materials such as backfill , fittings , type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops, and fittings shall
be included in the price bid for Service Taps to Mains .
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box .
1. MULTIPLE SERVICE BRANCHES : When multiple service branches are required the
contractor shall furnish approved factory manufactured branches .
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2 . MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced With one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
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 service to all buildings that will necessarily be required to have severed
water service during said work . The contractor shall be responsible for coordinating the
schedule of the temporary service connections and permanent service reconnections with
the building owners and the Engineer in order that the work be performed in an expeditious
manner. Severed water service must be reconnected within 2 hours of discontinuance of
service .
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point of
connection to the City water supply . The 2-inch temporary service main and 3/4-inch
service lines shall be installed in accordance to the attached figures 1, 2 and 3 . 2"
temporary servlce line shall be cleaned and sterilized by using chlorine gas or chlorinated
lime (HTH) prior to installation .
The out-of-service meters shall be removed , tagged and collected by the Contractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service , the Contractor shall re -install the nieters at the correct
location . The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
02/09/2010 SC-44
-
-
iiiil .
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 . Th is 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 serv ice is required for more than one locat ion 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 wa ter 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 responsib ility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor . The Water Department Meter Shop will 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
steri lized 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
6r 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 sampl ing station will be furnished t o the Contractor f ree of charge;
however , the Contractor will be requ ired to pick up this item at the Field Operations
Warehouse .
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4 -inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops , and fittings shall be included in the price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block , curb stop , fittings , and an incidental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations .
PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials
necessary for the installation tap saddle , gate valve , and fittings shall be included in the
price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault , fittings , and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations.
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 mortar lining as stated in Section E1-7. The price
bid per ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete
cradle necessary for construction as designed.
All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E 1-13 and Construction
Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down
concrete blocking , and concrete cradle . Payment for the polyethylene wrapping , horizontal
concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be
included in bid items for vales and fittings and no other payments will be allowed .
02/09/2010 SC-46
-
PART D -SPECIAL CONDITIONS
D-52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall
apply . However, no direct payment will be made for this item and it shall be considered to this
contract.
D-53 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the existing mains and ground water. The Contractor shall be
responsible for damage of any nature resulting from the dewatering operations .
The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer.
Ground water shall not be discharged into sanitary sewers .
Dewatering shall be considered as incidental to a construction and all costs incurred will be
considered to be included in the project price.
D-54 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any water flowing into open trench during construction . Contractor shall not
leave excavated trench open overnight. Contractor shall fill any trench the same day of
excavation . No extra payment shall be allowed for this special condition.
D-55 TREE PRUNING
A REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees ".
8 . 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 fabr ic on
wire mesh backing as shown on the Drawings.
D . ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings.
8. Using the approved specified equipment , make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone.
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching .
1 O. Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11. Within 24 hours, prune flush with ground and backfill any exposed roots due to
construction activity. Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation.
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection .
E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price.
D-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
uti lities and private property including, but not limited to, water and sewer services, pavement,
fences, walls , sprinkler system piping, etc ., at no cost to the Owner. All costs for tree removal,
including temporary service costs, shall be considered subsidiary to the project contract price and
no additional payment will be allowed .
D-57 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils, including the amount of
rock , if any, through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders , and any bidder on this project shall submit his bid under this condition.
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means, shall be left to the
discretion of such prospective bidders.
If test borings have been made and are provided for bidder's information, at the locations shown
on the logs of borings in the appendix of this specification, it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same, either in character, location, or elevation, as shown on the boring logs.
It shall be the responsibility of the bidder to make such subsurface investigations, as he deems
necessary to determine the nature of the material to be excavated. The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances, if required, shall be included in
the linear foot bid price of the pipe.
02/09/2010 SC-48
PART D -SPECIAL CONDITIONS
D-~8 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 unti l 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 reimburs.ement.
02/09/2010 SC-49
PART D -SPECIAL CONDITIONS
0-60 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two-
way serv ice cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such · as driveways , streets , sidewalks , etc . whenever possible . When it is not
possible , the cleanout stack and cap shall be cast iron .
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts .
0-61 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 rideab ility on the street as well as provide a smooth transition between the existing
pavement and the temporary repair . Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item .
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized . The paving contractor shall assume maintenance responsibility upon
such mobilization . No additional compensation shall be made for maintaining the temporary
pavement.
0-62 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 construction stakes will be accepted , and time will continue to be charged in
accordance with the Contract Documents .
0-63 EASEMENTS AND PERMITS
The performance of this contract requires certain temporary construction , right-of-entry
agreements , and/or permits to perform work on private property .
The City has attempted to obtain the temporary construction and/or right-of-entry agreements for
propert ies where construction activity is necessary on City owned facil ities, such as sewer lines or
02/09/2010 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 pr ior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also , it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property . Contractor shall adhere to all requirements of Paragraph C6-6 .10 of the General
Contract Documents . The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements, by the property owners .
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required. No additional payment will be allowed for this item .
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way". No additional compensation shall be allowed on this pay item.
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
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 meeti"ng 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 City $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the prevailing wage rates stipulated in these contract documents.
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 cont ractor 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 reta in 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 arbitrat ion 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 co m ply w ith 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 th~ 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 responsibil ity 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 Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activ ity). 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 Not ice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site . The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee .
The NOi shall be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin , TX 78711-3087
A copy of the NOi shall be sent to :
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment , a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to :
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin , TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site. Copies of the project SWPPP's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract , along with unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality .
02109/2 010 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 activ ities . 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 f~nces , 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 .
0-68 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-qual ified 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 evaluat ing 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
no t ified 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
pe rcentage 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 indiv iduals 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 w ill be
notified appropriately.
0210912 010 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 HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Comm iss ion 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 requ ires 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 fo r 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 .
END OF PART D -SPECIAL CONDITIONS
02/09/2010 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
-
02/09/2 010
PART D ~ SPECIAL CONDITIONS
fORTWORTH ~
Date: ____ _
DOE KO. :XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD , YOUR
WATER SERVICE WILL BE INTERRUPTED ON _______ _
BETWEENTHEHOURSOF _______ AND _____ ~
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT _________ _
(CONTRACTORS S.UPERINTENDENT) (TELEPHONE NUMBER)
OR
MR·---------~--AT----~-~---
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
__________ _,CONTRACTOR
••-• • •• -••n•• ·--·~-•
SC-59
PART D -SPECIAL CONDlTIONS
F TeXAS CIEPAF'ffME:NT OF HEALTH DEMOLITION J RENOVATlON
NOTIFICATION FORM 0
n
I '
y
D
NOTE: CIRCLE ITEMS THAT .ARE AME.NDE;D T D H
NOTIFICATION#----,----------,------
1) Abatemeni Contn;ictor:==--~-=-----------TDH Li cen!;e Number:. _____ _
Address .: ··· City: ----=-----~---Sta1e: .. Zip: ___ _
OfflC8 Phone Numb<ilr :~~-----~--.:lol> Site Phone Numbe1 :~---------------
Site $.<J p,erwsor: TOH License N1.Jmber: ---------=----
S1te &Jp,erv~r; TOH License NCJmber:.= .. ~-;=· ... =·--=··~~~---------
Trained On.:Site NESHAP lndi\lidval : .... . · Cer!ifiqition Det,e:. _______ _
Demolition Contractor :._ ----------~~-ornce Phone Nurnb,s.L--'--------------
.At;!Q're:s:s ; __________ -~~--· Ci1~;; __ .. _ .. ________ Stale: ___ ~.~ip; ......... .
2) Projed Gan.suit.ant or Opera1or: ____ ~~~---==~~--TDH UoenSi? Number:. _____ _
Mailin~ Adcfrnss:. ____ =~------'---------,-,,------,----------=----Clty.: .. .. srate: ____ Zip,:. ____ Office Phone N,umber: ...._=......._ _____ _
,t
, A S.} Fac\li1y0wner.._=~~---------~"------------~~----~~~~
H AHot)tion :~. __________ __.:.,_--'------==~~~------------
P Mstli!lg Ad~r,l'!s-,q,;, __ ==~-~=~---.:__ ______________________ _
A . City; · State: Zip· . Owner Phone Numbcrt.__)t..,_. ___ _
~Noto:ThO' lm1oic:1i fur thiJ notlficatlon feo will be sontto tho owno.r<irthe.lluild'lng ~n(l Ulo lllllln!J.Otfdress for the Invoice will be
, Ei Qbf~Jnod 'rr<:lm tho l~Jorm:1UOl'i Uiillfls provldoo In thl.s section.
N
,E
,s
ltt
A
p
D
l.
4.,} Description or Facitity Name:. ____________ ~=~---~==---------
Physical .Ad d ress; . ....,..__.:.,--,----------CotJnty: Cify:. ______ ~Zip;= ... =~--
Facll ity Phone Number Facility Con~c;\ Per$on:. ___ =~-------~-
Oe:<1crlplion ofAtealRqi;>m N\Jmber:. ____________ ~~--~-----------
Prfor Use; . . . ... . Fu1u1~ use:.·_----------~-====-
Age <Jf S.Uilding/Faclll1~•:.·_ -~= .. = .. ~··· Si:l!Q :._· ___ Ni,Jmber offloorn· .. _ ----.. Sc,;~ool {K~ 12): c YES o NO
5} Type of Wor.k: O .Demc;i .!itl<m u Renovation {Abatement} 1J Artnual CoMalidated
Work will bl;! during: O :oiiy o Ev ening o Ni~h:t ::-1 Phased Project
··· OescripUon of work.schedule .:_-------------~--====------=~~
6) is 1his a Puhlfc Building? r:; YES
NlESHAP~Only Fl3cl\1t:y? O YES
0 NO Federal FaeMlfy? D YE$ G NO [i'tdi.isfriaj Site,? [I YES ONO
D NO is EltJilditlglFQClllty Occ:UpiM? tJ YES Cl !NO
7) No1ilfcation Type CHECK ONLY ONE
.· o Ol'igloal (10 Working Oti.ys} G Cancellat:icri JJ Amendment o emergcncyr.Ordc.red
If th:is is arl amendment. which amenrJrnen1 number is th'iS'i"~ (Einelosc eopy o.f orll! lnal ~rid/or la-st amendment)
[fan emergency, who dldl you talk with at TOH? l;mergency#:'----~--
Date :and Hou, of Etna:tg.erity {HH/MMJ'DD/YY}: . . .
bsscription of th$ Si.i!iden , uneicpected event and explanauon of hOW tM event caused unsafe conditicns or Would cause
equipment dam~e {computers, machinery. etc;, ____________ ~~~---~=~---
D s) bescdpjfon of proc~LITT!$ fa be followed in 1he eveot that un00<peet8<l a:sbesto:s i:s found c;,r previo1J~ly !1Qn-friaole
Y: f!sbestos ma1erial ,becomes c1umbi8d. pulvatizad. or tedu¢ed to powder;··---===----~=~---
:: '---~------------~==~~---"'==~~~~----------
G
N
02/09/2010
9) Was .in Asbe$1C-'1: survey performed? D YES o NO Oa{e~ / I TD H lrn;;PJ;!o!or License No:. _____ _
Ane1ytfca! Method ; D PLM D TEM D Assumed TOH LabOri;!:ory Uc:en~ No: ,..,...,. ____ ....,.. __ _
(For TAHPA (public building) projecis: ~n ~l:t!l!l,Jmption mus i be made l>y a TDH Ucc.i1sed inspecl:or)
10) Descriptiofl of planned demolit;,on or t'l)MVatiM work , hJPe of m&teril31, and method(s) to be used.,..: ----.. ·-·· -----
11} Description of work pri::lc:.1ir,ee ;;!nd engineering controls 10 'be used !o prei.•oot emissions of aiibeslos ~t the
demaliticm/renov.a .1ion:.= .... =.---~~~-~-----------'--------~~""=---
SC-60
PART D -SPECIAL CONDITIONS
12} ALL applie<lb l~ i,cms in th!? f oll&1iing table must be c:omplei;;!d; IF NO ASSESTOS PRES!iNii' CHECK HERE :
Appro;,cirmit~ amo1.111t Qf Check unit of measurement
Asbestos-Containing Building M..iteJi<1l 11-----~As ....... b=es=to ....... s. ---------~--...-----1
Type,
Pip-as Surface Area
RACM to b~ removed
RI\CM NOT r~rr:i<>.ved
. . . Interior Cate or l non-friab!a rerr10·.ed
Exletiox Cate o I .non-fri<;lb fe removed
Cat.ec::o r rion .,fl"ia'ble NOT remo ved
lot~r.lor Cat ~ot•'il Mn-ftiabla remo~·ed ·
Erlerior Cateqa II non-friable removed
Cate
RACM Off-Facility Component
13) Waste Tran:sporfor Name : =····~----'------------IDH l.icense Number. _____ _
Addrnss:-__________ Cify ; __ ~~~----~---=···,,,..,.~S.ta!e: _:Zip:_~==
Ccnt.iq,t Per$on,; Ph cr.,e Nurnber; .,_·_.__ _______ _
14) WaStB Disposal Site Name:·---------:,------~-----~~~~-------
·Address:._-,----,----~~--=._..........._ __ C.ity'. _________ Sfa1e : ___ Zip; ___ -
Teiephone : · TNRCG Pe r mit Number:--------
. 15) For structural ly unsound (adfltles , attaeh a copyol' demolrucm order and fden:iiyGQvernmenta.l Officie.l below:
· Naina; · Reglstratioa No: ____ ~-~------
Ti ll e: ·
Date of order (M Mj_DDJYY }. . / I Dale order tt> begiri {MM/OD/YY) r I
16) Scheduled Oates -of Asbestos Abatement (MM;'DD/YY} Start --~l-~l __ Complete; --='-----='-
17) Sciied1,Iled D$ti.;1$ DernoliOon.rReno~·afum {MM/ODlYY} S!art: ... . ... l J Complete:_-'-~'~---
# Note: If the start date on this: tiotlfic-.s.tii>t'! ·Otin: not -bo mlilt, 1::hli! TIJH Regi-0nal or L..ocal Program office M11:stbaconlac1ad by
phone prior fo the start date, Falluro to do so rs a ... ro t~tlQn t.n ~C:Cl)fef.lnoo to TAttPA, :Sucilon 295.61.
J liareby oerlify tn at z,fl information I h,a·~e p roYlded is correct, complete. all'ld 1n.Je 1o the best of my knowledge. I ecknO'Nledge
that I am res,pons f.ble for all asp acls of the notificaiion form, incf ~1di ng,, but not limitin,g , 00,"'ltent :md submlssfon dates. The
maximum penalty is $10,{lOO pe r d&y pe r wolatloo .
(Sit1n1d1JJ.e ofBuilcing Ow.ner,f Operator
or Oelegated Coosu lt.antlContr~ciot)
MAIL TO:
(P.rlnted NaffiB) (Date}
ASBE'.$1'0$ tlOTIFiCATLON SECTION
i"OXIC ~.U!3STANCE;S CO~TROL DMS!ON
TEXAS DEPAATMeNi OF HEAL Tli
PO BOX 143538
A.USTlN , 'TX 18714-3538,
Pli: 512-834-6600, 1-800-572-55'18
(Telephcne)
{Pax Number)
~F{txest:tro not accepted*
· Form AfJB#-5, d~t~cf 07/29/02. ~places TDH form datoo 07/13/tn. For-a.ssistanc;e in c;ompl(11!ing form, c~J/ 1-B00-572-5548
02/09/2010 SC-61
PART D -SPECIAL CONDITIONS
02/09/2010 SC-62
PART D -SPECIAL CONDITIONS
Asphali. Dis1ritn1ior Operator
,.;s halt P'avin, Machi'ne Q;perator
Broom er Swee er O e1ator
Concrete Rnis'her-!?av in,g
Concrete finisher -St ructures
Concret.; P avi n,q Curbin; Mach. 0 Er~
Concrete Paving Firnishini Mach. 0:oH.
Concrete Pav,i ng Joint Sealer Oper.
Concre.te Pav.i nQ Saw· 0 er.
Concrete Pavi ng Spread"<r Oper.
Concrete Rubber
Crane,. Clamshell, Backhoe, Derrick,
Dn;giine .• Shovel'
Electrician
Form Builder-Sirucfurns
F,orm Setter-Pavi ng & c ,..Jrbs
Foundation Drill O e rafo r. Crawler Mounted
Found ati on Drill O eratcr, Truck Mounted
Front E:nd 'Loader
laborer-Common
laborer-Utili iy
Mechanic
Milling r,.,1achi ne Ope rafo r , Fi ne Gra.de
Mixer O eratcr
Moler Grader Operator (Fine Grade}
M.cior Grader O eraior. Rou h Oiler
P a.inter. Structures
Pavement Mark in : Machine O e:r.
Pi e la er
RoBer, Steer Wheel P!anf, Mix .Pav ements
Roll er, S!eel; \i\o'heel Other Flatwheel ,cr
Tam.pln
Rol.ier, Pneuma!ic. Self-Pro s led Sera er
Reinforcir, Steel Setter l,Pavin ')
R ei:nfc,rcim Sfeael Se.tier (S!rucfure)
So•.irc..e is AGC of Texas
(Hwy, Hvy . Utili1i"<s fndu-strial Branchj
\Y.'li',\' .ac..c.e s'.S .gpogo1.'J'davisba con!'
02/09/2010
$10.08
$13JIQ
SB.8-0
$f3.li'il
$12.78
$14.15
S9.2.8
$13.22
$12.8>:l
$12.8-5
$\3.27
$12.C-O
$13.E,3
$t25D
$1355
$1450
$1i O.e,1
$1,4.12
$!8.12
$8.43
$!1.B3
$11.8.'3
$13.BJ
$16.3>!)
$t2.B2
S,9.18
$16.97
$11.e3
$11.5B
$15.20
$14.E-O
$13.1:7
$11.04
$11.28
$t1.00'
$14.8.6
$16.2:tl
SC-63
Truck Dri•,•-,;r-Tandem Axle Semi-Trailer
Truck Dri','ET-Lowbo• JFloat
Truck Dri•,•er-Transit Mix
Wag:on Drlll. Bori ng Ma chJne. Post Hole
Dri ller
W"<lder
'Nork Zone Barricade Se;r•;•icer
S12.32
$12.33
$10 .92
$12.oD
$12 .91
St2.02,
$10.91
$11.47
$~1.75
Si2.0S
S14.00
S13.57
$10.09,
DA-1
DA-2
DA-3
DA-4
DA-5
DA-6
DA-7
DA-8
DA-9
DA-10
DA-11
DA-12
DA-13
DA-14
DA-15
DA-16
DA-17
DA-18
DA-19
DA-20
DA-21
DA-22
DA-23
DA-24
DA-25
DA-26
DA-27
DA-28
DA-29
.DA-30
DA-31
DA-32
DA-33
DA-34
DA-35
DA-36
DA-37
DA-38
DA-39
DA-40
DA-41
DA"42
DA-43
DA-44
DA-45
DA-46
DA-47
DA-48
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
AWARD OF CONTRACT FOR PROJE.CTS WITH MULTIPLE UNITS ......................... .4
PIPELINE REHABILITATION CURED-IN-PLACE PIPE ............................................... .4
PIPE ENLARGEMENT SYSTEM ..................................................................................... 9
FOLD AND FORM PIPE .............................................................................................. 17
SLIPLINING ..................................................................................................................... 21
PIPE INSTALLED BY OTHER THAN OPEN CUT .................................. ,. .................... 28
TYPE OF CASING PIPE ............................................................................................... 32
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR. ............................................... 32
PROTECTIVE MANHOLE COATING FOR CORROSl'1,N PROTECTION ................... 35
MANHOLE REHABILITATION ...................... : ... _. ........................................................... 37
SURFACE PREPARATION FOR MANHOLE REHAB1Lll.8TION ............................... .48
INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ................ .49
INTERIOR MANHOLE COATING -QUADEX SYSTEM .............................................. 51
INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ................................. __ ... 54
INTERIOR MANHOLE COATING .. RAVEN LINING SYSTEM , ................................... 56
INTERIOR MANHOLE COATI.NG: PERMACAST SYSTEM WITH EPOXY LINER. .... 59
INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ...................................... 62
RIGID FIBERGLASS MANHOLE LINERS ................................................................... 64
PVC LINED CONCRETE WALL RECONSTRUCTION ................................................ 67
PRESSURE GROUTING ................................................................................................. 70
VACUUM TESTING OF REHABILITATED MANHOLES ............................................. 73
FIBERGLASS MANHOLES ......................................................................................... 76
LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ...................... 80
REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................. 81
REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 81
REPLACEMENT OF H .. M.A.C. PAVEMENT AND BASE ............................................... 81
GRADED CRUSHED. STONES ......................................................................................... 82
WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE ........................................................... 82
BUTT JOINTS -MILLED ................................................................................................. 83
2" H.M.A.C .. SURFACE COURSE {TYPE "D" MIX} ..................................................... 84
REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................. 85
NEW 7" CONCRETE VALLEY GUTTER ..................................................................... 85
NEW 4'' STANDARD WHEELCHAIR RAMP ............................................................... 86
8'' PAVEMENT PULVERIZATION ............................................................................... 86
REINFORCE.D CONCRETE PAVEMENT OR BASE (UTILITY CUT) .......................... 87
RAISED PAVEMENT MARKERS ................ ; ........................................ · .......................... 88
POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ................. 88
LOADING, TRANSPORTATION, AND DISPOSAL-OF CONTAMINATED SOIL ......... 93
ROCK RIPRAP -GROUT -FILTER FABRIC ............................... : .............................. 93
CONCRETE RIPRAP ....................................... : ........................................................... 97
CONCRETE CYLINDER PIPE AND FITTINGS ........................................................... 98
CONCRETE.:PIPl:flTTiNGSAND •sPECIAliS ............................................. : .............. 98
UNCLASSIFIED STREET EXCAVATION .................................................................... 98
6" PERFORATED PIPE SUBDRAIN ........................................................................... 98
REPLACEMENT OF 4" CONCRETE SIDEWALKS ........................................ , .......... 100 ·
RECOMMENDED SEQUENCE OF CONSTRUCTION .: ............................................ 100
PAVEMENT REPAIR IN PARKING AREA ....................... '. ................ : ........................ 100
EASEMENTS AND PERMITS ........................................ '. ............................................. 100
ASC-1
DA-49
DA-50
DA-51
DA-52
DA-53
DA~54
DA-55
bA .::ss
DA-57
DA-58
DA-59
DA-60
DA-61
DA-62
DA-63
DA-64
DA-65
DA-66
DA-67
DA-68
DA-69
DA-70
DA-71.
DA-72.
DA-73
DA-74
DA-75
DA-76
DA-77
DA-78
DA-79
DA-80
DA-81
DA-82
DA-83
DA-84
DA-85
DA-86.
DA-87
DA-88
DA-89
DA-90
DA-91
DA-92
DA-93
DA-94
DA-95
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
HIGHWAY REQUIREMENTS .................................................................................... 101
CONCRETE ENCASEMENT ..................................................................................... 101
CONNECTION TO EXISTING STRUCTURES ........................................................... 101
TURBO METER WITH VAULT AND BYPASS INSTALLATION ................................ 101
OPEN FIRE LINE INSTALLATIONS .......................................................................... 102
WATER SAMPLE STATION ...................................................................................... 102
CURB ON CONCRETE PAVEMENT ......................................................................... 103
S.HOP-.DRAWINGS. : ................................................................ : ......................................... 103
COST BREAKDOWN .................................. _ ........ _ ........ _ ............................................... 104
STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ................................. 104
H.M.A.C. MORE THAN 9 INCHES DEEP .................................................................. 104
ASPHALT DRIVEWAY REPAIR ................................................................................ 104
TOP SOIL .................................................................... , ................................................ 104
WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ................. 104
BID QUANTITIES ............................................................................................................... 105
WORK IN HIGHWAY RIGHT OF WAY ...................................................................... 105
CRUSHED LIMESTONE (FLEX-BASE) .................................................................... 105
OPTION TO RENEW ........................................................... _ ..................................... _ ... 105.
NON-EXCLUSIVE CONTRACT ................................................................................. 105
CONCRETE VALLEY GUTTER. ................................................................................ 106
TRAFFIC BUTTONS .... _ .............................................. _ ........................................................ 106
PAVEMENT STRIPING .................................................. · ............................................ 106
H.M.A.C. TESTING PROCEDURES .......................................................................... 106
SPECIFICATION REFERENCES ............................................................................... 107
RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX .......................................................................................................... 107
RESILIENT-SEATED GATE VALVES ....................................................................... 107
EMERGENCY SITUATION, JOB MOVE-IN ................................................................ 107
1 %" & 2" COPPER SERVICES ............ -........................................................................ 108
SCOPE OF WORK (UTIL. cun ................................................................................ 108
CONTRACTOR'S RESPONSIBILTY (UTIL. cun ..................................................... 109
CONTRACT TIME (UTIL. CUT) ................................................................................. 109
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL CUT) ............................... 109
TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT} ........................................ : ......... 109
LIQUIDATED DAMAGES CUTIL. CUT) ...................................................................... 109
PAVING REPAIR EDGES {UTIL. CUT) ................................................ ._ ................... 110
TRENCH BACKFILL (UTIL. CUT) ............................................................................. 110
CLEAN--UP (UTIL. CUT) .................................................................................................. 110
PROPERTY ACCESS (UTIL. CUT) ........................................................................... 110
SUBMISSION OF BIDS {UTIL. CUTL ....................................................................... 111
STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ............................................... 111
CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill {UTIL. CUT) ............................ 111
2" TO 911 H.M.A.C. PAVEMENT (UTIL. CUT) ............................................................ 111
ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS {UTlL. CUT) .......... 112
MAINTENANCE BOND (UTIL. CUT) ............................................ : ............................ 112
BRICK PAVEMENT {UTIL. CUT) ............................................................................... 112
LIME STABI.LIZED SU BG RADE {UTlL. CUT) ........................................................... 113
CEMENT STABILIZED SUBGRADE (UTIL. cun ..................................................... 113
ASC-2
DA-96
DA-97
DA-98
DA-99
DA-100
DA-101
DA-102
DA-103
DA-104
DA-105
DA-106
DA-107
DA-108
DA-109
DA-110
DA-111
DA-112
DA-113
DA-114
DA-115
DA-116
DA-117
DA-11.8
DA-119
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ....................................... 114
"QUICK-SET" CONCRETE (UTIL. cun ................................................................... 114
UTILITY ADJUSTMENT (UTIL. CUT) ........................................................................ 114
STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) .... 115
LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) .................................. 115
CONCRETE CURB AND GUTTER (UTI.L. cun .................................................... 116
PAYMENT (UTIL. CUT) .............................................................................................. 116
DEHOLES (MISC. EXT.) ..................... ~ .................................................................. 117
CONSTRUCTION LIMITATIONS (MISC. EXT.} ..................................................... 117
PRESSURE CLEANING AND TESTING (MISC. EXT.) ......................................... 117
BID QUANTITIES (MISC. EXT.) ............................................................................. 117
LIFE OF CONTRACT (MISC. EXT.) ....................................................................... 117
FLOWABLE FILL (MISC. EXT.) ..................................... ~ ..... ~ ................................ 118
BRICK PAVEMENT REPAIR (MISC. REPL.) ......................................................... 118
DETERMINATION AND INITIATION OF WORK (MISC. REPL.}. .................. : ....... 119
WORK ORDER COMPLETION TIME (MISC. REPL.) ........................................... 119
MOVE IN CHARGES (MISC. REPL.) ..................................................................... 120
PROJECT SIGNS (MISC. REPLL ........................................................................ 120
LIQUIDATED DAMAGES (MISC. REPL.) ....................... , ............... ~ ...................... 120
TRENCH SAFETY SYSTEM DESIG.N (MISC. REPL.}.. ......................................... 120
FIELD OFFI.CE ...................................................................................... : ..................... 120
TRAFFIC C:ONTROL PLAN ................................................................................... 121
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS ........... " 121.
CATHODIC PROTECTION SYSTEM 122
ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS
The City reserves the right to abandon without obligat ion to the contractor, any part of the project,
or the entire project, at any time before the contractor begins any construction work authoriz.ed by
the City . Award , if made , shall be to the lowest responsible bidder.
The following shall apply for contract documents with multiple units of work. Each unit represents
a separate project, each with an indivi.dual M/WBE specification and proposal section . The
proposal sections are arranged to allow prospect ive bidders to submit bids on one unit, some of
the units, or all of the units. Award of contract(s), if made , shall be to the lowest responsible
bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set
of contract documents consisting of all applicable units will be created and one single award of
contract shall be made .. The Contractor shall comply with the City's M/WBE Ordinance for the
applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable
unit or combination of units.
Construction time on all units will run concurrently. For situations involving approved contracts
with multiple units , the total allowable construction comp tetion time period for all the units shall be
the same as the unit with the longest construction time period .
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE
A WORK TO BE DONE : The work to be done under this contract consists of rehabilitation
of existing sewer lines by the Cure-in-Place Pipe Method or approved equal. Cured-in-
place pipe consists of a resin impregnated flex ible tube, coated with an elastomeric
coating, when inverted into an existing sewer pipe through existing access manholes, and
which , under proper hydrostatic and thermal conditions, is cured-in-place , becoming a
structurally sound cured-in-place pipe . The thickness of the pipe will be dictated by the
structural requirements of the sewer pipe with no loss of cross sectional area other than
the thickness of the resin-impregnated tube. The pipe will be impermeable to water,
provide corrosion resistance, and an optimum friction factor for the sewer flow. Branch
connections shall be reinstated by a remote controlled cutting device ..
10/23/08
The work consists of providing all labor, equipment, transportation, materials , and
supervision necessary to :
1 .
2.
3 .
4 .
Thoroughly clean sewers as required for the installation of the resin-impregnated
tube.
Inspect sewers by closed circuit color telev ision (CCTV), including identifying and
marking the location of each service connection . Cost subsidiary to Pre-
Construction TV Inspection .
Notify residents at least 48 hours prior to service interruption .
Install the resin-impregnated tube of the correct thickness as specified .
ASC -4
PART DA -ADDITIONAL SPECIAL CONDITIONS
5. Cut out all service connections by remote cutters and restore service within
18 hours.
6. Re-inspect by CCTV to verify satisfactory completion of work at time of lateral
reinstatement Cost subsidiary to Post-Construction TV Inspection .
7. Pump around all dry and wet weather flows to accommodate the process at each
separate installation , as required .
8 . Comply with all appropriate governmental agencies' regulations regarding traffic ,
safety procedures and permits . the cost of which is the responsibility of the
Contractor.
B. MATERIALS: The fiber felt tube shall be fabricated to a size that when installed will tightly
fit the internal circumference of the conduit specified by the Owner . Allowance for
circumferential stretching dudng inversion shall be made and shall meet ASTM-1216 .
The minimum length shall be that deemed necessary by the Contractor to effectively span
the dfstance from the inlet to the outlet of the respective manholes , unless otherwise
specified . The Contractor shall · verify the lengths in the field before impregnation .
Individual inversion may be made over one or more manhole sections, as determined in
the field by the Contractor.
Unless otherwise specified, the Contractor shall furnish a general purpose unsaturated
polyester resin and catalyst system that meets ASTM standards and the finished cured
physical strengths specified .
C. REQUIRED THICKNESS OF CURED-IN-PLACE PIPE : The thickness of the pipe will be
determined from information supplied or manufacture's recommendation for the cond ition
of the existing pipe. Should pre-installation inspections reveal the sewers to be in
substantially different cond itions than those in the design considerations , the Contractor
can request such changes in pipe thickness , supporting such request with des ign data in
accordance with the pipe manufacturer's standard design criteria as follows:
10/23108
Sewer
Diameter
6"
8"
10"
12"
15 "
18 ''
21 "
LINER THICKNESS
Pipe. Invert
Depth up to 1 O'
(also the minimum)
4.5mm
6.0mm
6.0mm
6.0mm
7.5mm
9.0mm
10.5mm
ASC-5
Pipe Invert
Depth 10 '-15 '
4.5mm
6.0mm
6.0mm
7.5mm
9.0mm
12.0mm
13 .5mm
Pipe Invert
Depth Over 15'
4.5mm
6.0mm
7.5mm
9.0mm
10 .5mm
13.5mm
15 .0mm
PART DA -ADDITIONAL SPECIAL CONDITIONS
24 " 12 .0mm 15 .0mm 16 .5mm
30 " 15.0mm 18.0mm 21.0mm
36 " 16.5mm 21.0mm 24 .0mm
42 " 19.5mm 24 .0mm 28 .5mm
48 " 22 .5mm 28 .5mm 33 .0mm
54" 25.5mm 30 .0mm 36 .0mm
60" 28 .5mm 34 .5mm 39.0mm
D. PREPARATORY WORK The installation procedures shall be as follows unless otherwise
approved by the City .
1. Safety -The contractor shall carry out his operations in strict accordance with aH
safety requirements. Particular attention is drawn to those safety requirements
that involve working with scaffolding and entering confined spaces .
2 . All easements shall be cleaned up after use and restored to thei r 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 . If a street must be closed to traffic
because of the orientation of the sewer, the City shall institute the . actions
necessary to do th.is for the mutually agreed upon time period .
3. Before using any water from the City of Fort Worth, the Contractor shall be
responsible for the water meter and related charges for the set up, including the
water usage bill. All expenses shall be considered incidental to deaning.
4.. Cleaning of Sewer Line -It shall be the responsibility of the Contractor to remove
all internal debris out of the sewer lines and flush the sewer lines clean, disposing
of debris off-site. Debris is not to be washed downstream into other sewers . All
solids or sem isolids resulting from the cleaning operations shall be removed from
the site and disposed of at no additional cost to the City . It is the responsibility of
the Contractor to secure a legal dump site for the disposal of this mater ial. All
materials shall be removed from the site no less often than at the end of each work
day. All cost for the above-described work shall. be paid for by the price bid per
linear foot for Cleaning and Television Inspection.
5. Inspection of Pipelines -Inspection of pipelines shall be performed by experienced
person nel trained in locating breaks, obstac les, and service connections by closed
circuit color television . Tel.evision inspe.ction shall be in accordance with the
specifications contained herewith for "Pre-and Post-Construction Televi.sion
Inspection of Sanitary Sewer Lines".
E. INSTALLATION OF THE RESIN IMPREGNATED TUBE :
1.
10123/08
The Contractor shall designate a location where the uncured resin in the originar
containers and the unimpregnated fiber-felt tube will be vacuum impregnated prior
ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
to installation. The Contractor shall allow the Owner to inspect the materials and
"wet-out" procedure. A resin and catalyst system compatible with requirements of
this method shall be used . The quantities of the liquid thermosetting materials
shall be per manufacturer's standards to provide the wall thickness specified. A ll
felt shall be impregnated under vacuum.
2. The wet-out fiber felt tube shall be installed througb an existing manhole or other
approved access by means of an inversion process and the application of a
hydrostatic head sufficient to fully extend it to the next designated manhole . The
impregnated tube shall generally be inserted into the vertical inversion standpipe
with the impermeable plastic membrane side out. At the lower end of the inversion
standpipe, the felt tube shall be turned inside out and attached to the standpipe so
that a leak-proof seal is created. The inversion head will be adjusted to be of
sufficient he.ight to cause the impregnated tube to invert from manhole to manhole
and hold the tube tight to the pipe wall and produce dimples at the side
connections. A lubricant, if used, shall be as approved by manufacturer's
standards. Manufacturer's standards shall be closely followed during the elevated
temperature curing so as not to over-stress the felt fiber and cause damage or
failure prior to cure . In certain cases, the Contractor may elect to use a top
inversion.
3. Curing: After inversion is complete , the Contractor shall supply a suitable heat
source and water or steam recirculation equipment. The equipment shall. be
capable of delivering hot water or steam throughout the section by means of a pre-
strung hose, which has been perforated per manufacturer's recommendations, to
uniformly raise the water temperature above the temperature required to effect a
cure of the resin . This temperature shall be determined by the resin/catalyst
system employed and shall be per manufacturer's standards.
4. The heat source shall be fitted with suitable monitors to gauge the temperature of
the incoming and outgoing water or steam supply. Another such gauge shall be
placed at the remote manholes to determine the temperatures during cure. Initial
cure shal.l be deemed to be completed when inspection of the exposed portions of
the cured-in-place pipe appear to be hard and sound. The cure period shall be of
a duration recommended by the resin manufacturer, as modified for the inversion
process, during which time the recirculation of the water and/or steam and cycling
of the heat exchanger to maintain the temperature .continues .
5. Cool-down: The Contractor shall cool the hardened cured-in-place pipe to a
temperature below 100 F before relieving the static head in the inversion
standpipe. Cool-down may be accomplished by introducing cool water into the
inversion standpipe to replace water or steam being drained from a small hole
made in the downstream end . Care shall be taken in the release of the static head
so that a vacuum will not be developed that could damage the newly installed
cured-in-place pipe.
F. SERVICE CONNECTIONS: After the pipe has been installed, the Contractor shall
reconnect the active service connections. This shall generally be done without
excavation, and, in the case of non-man entry pipes, from the interior of the pipeline by
means of a television camera and a cutting device that re-established them to not less
1012310s ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
than 90 percent capacity . Existing serv ices shall be reinstated with in 18 hours of
installation . Should internal reinstatement not be possib le, the services must be
reconnected externally by excavation immediately . Service saddles acceptable to the
Engineer shall be utilized . Backfill at serv ice connections shall be cement stabilized
(2 sacks per cubic yard) to a point 12 inches above the service lateral to trench
intersection and shall be in accordance with these specificat ions . Each reconnection shall
be paid for separately . Six inch sewer lines shall have serv ice connections completed by
external means . Contractor may re-connect the 6" sewer line connections by internal.
means in spec ia l cases with the approval of the Eng ineer.
G. ACCEPTANCE : The finished cure-in-place pipe shall be continuous over the entire length
of an inversion run between manholes and be smooth and free from substantial wrinkles.-
as well as defects , and improper house connections . Should any of these defects occur,
the line shall be excavated, repaired and/or rep laced and complete restoration made to
the satisfaction of the City at no additional cost.
The watert ightness of the pipe shall be tested fo r leaks under a pos itive head during cure
with allowances be ing made for end leakage and temperature effects .
H. CLEAN-UP : Upon acceptance of th.e installat ion work and testing, the Contractor shal l
restore the project area affected by his operations to original or better conditions .
I. PATENTS: The Contractor shall warrant and save harmless the City and all of its officers,
agents , and employees against all claims for patent infringement and any loss thereof.
J . SPECIAL NOTES : The Contractor shall be liable for damages to the homes or
basements from backups which may result during the installation of new pipe .
K. MEASUREMENT AND PAYMENT:
1 ..
2 .
3 .
4 .
10/23108
Cured-in-Place Pipe (CIPP) Installation: CIPP instal lation will be measured for
payment by the linear foot of CIPP actually 1nstalled in the various diameters of
sewers measured along the centerHne of the sewer from centerline to centerline of
manholes . Payment will be made for the quantities measured at the unit price per
linear foot for the various sewer diameters listed .
Service Reconnection: Payment will be made for the quantities measured at the
unit price per each listed in the bid proposal. Payment shall include all labor,
materials , and the latera l connection , including all necessary pipe and fittings to
connect the ex isting service line . Payment shall not include pavement
replacement , which if required , shall be paid separately.
Television Inspection and Cleaning : Special Condition for Post-Construction
Television Inspection applies .
Sewer Cleaning by Bucket Machine : Heavy cleaning requiring more than hydraulic
jet cleaning shall be performed by bucket machines. The payment for such
cleaning sha!I be included in the bid item for Pre-Construction Telev ision
Inspection of Sanitary Sewer.
ASC-8
-5.
PART DA -ADDITIONAL SPECIAL CONDITIONS
By-Pass Pumping : The Contractor sh.all provide diversion for the flow of sewage
around the section or sections of pipe designated for the inversion of the resin-
impregnated tube . The pumps and by-pass lines shall be of adequate capac ity
and size to handle all flows . All costs for by-pass pumping required during
installation of the pipe shall be subsidiary to the pipe reconstruction item .
6 . Point Repairs: Point repalrs shall be made before or after a cured-in-place pipe
installation at the Contractor's option . Point repairs shall be conducted only if
mutually agreed to by City and the Contractor prior to acceptance of the line for
reconstructi.on. Be.fore. any excavation is done for any purpose , it will be the
responsibility of the Contractor to check with various utility companies and
determine the location of their facilities . Point repairs shall be measured and paid
for by the linear foot for the appropriate depth of cut. Payment shall include all
labor, material and equipment for pipe replacement according to standards .
7 . Subsidiary Work: Any damage resulting to utilit ies and property , resultlng repairs ,
temporary service costs , etc., shall be borne by Contractor. Repair and/or
replacement of fences , sprinkler system p iping and other such restoration work
resultir:i.g from Contractor activities shall be considered subsid iary to the cost of the
project and no additional payment will be a ll owed .
DA-3 PIPE ENLARGEMENT SYSTEM
A. GENERAL:
10/23108
1. Descrlption : This specification includes requirements to rehabilitate existing
sanitary sewers by the pipe enlargement system , herein called Pipe Bursting or
Pipe Crushing (Pipe Bursting/Crushing). T his system includes splitting or bursting
the existing pipe to install a new polyethylene pipe and reconnect existing sewer
service connections .
2.. Methods: This section specifies the approved system method or process to
include all labor, materials, tools, equipment and incidentals necessary to provide
for the complete rehabilitation of deteriorated gravity sewer lines by the Pipe
Bursting/Crushing systems . Approved methods include: the PIM Corporation
(PIM System), Piscata Way, New Jersey ; McLat Construction (McConnell System
for Pipe Crushing), Houston , Texas ; and Trenchless Replacement Systems , (TRS
System}, Calgary , Canada . Refer to Part D -SPECIAL CONDITIONS D-34
SlBSTITUTIONS for information regarding pre-approval procedures for alternative
processes.
3. Definition: The Pipe Bursting/Crushing system is defined as the reconstruction of
gravity sewer pipe by installing an approved pipe material, by means of one of the
pre -approved methods set forth in Section A.2 of this specification . The process
involves the use of a static, hydraulic or pneumatic hammer "moling" device,
suitably sized to break out the old pipe or using modified boring "knife" with a
flared plug that implodes and crushes the existing sewer pipe . Forward progress
of the "mole" or· the "knife" may be aided by the use of hydraulic equipment or
other apparatus, as specified in the approved methods. The replacement pipe is
either pulled or pushed into the bore. The method allows for replacement of pipe
ASC-9
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
sizes from 8" through 21" and/or upsizing in varying increments up to 21 ". This
spec ificat ion is based on the precedent that the Pipe Bursting/Crush ing system
used has been pre-approved by the Fort Worth Water Department.
4. Quality Assurance :
The Contractor shall be certified by the particular Pipe Bursting/Crushing system
manufacturer that such firm is a licensed installer of their system . No other Pipe
Bursting/Crush ing system other than those listed in Section A.2. of these
specifications is acceptable .
a. Personnel directly involved with installing the new pipe shall receive training
in the proper methods for joint fusing , handling, and instalUng the
polyethylene pipe . Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
b. Personnel directly involved w ith installing the new pipe shall receive training
in the proper methods for joint fusing, handling , and installing the
polyethy lene pipe . Training shall be performed by a qualified
representative as determined by the pipe manufacturer.
5. Submittals : Submit for review and acceptance , the following Contractor's Work
Plan and Drawings to the City :
a. Shop drawings, catalog data , and manufacturer's techni.cal data showing
complete information on material composition , physical properties , and
dimensions of new pipe and fittings . Include manufacturer's
recommendation for handling , storage, and repa ir of pipe and fittings if
damaged.
b. Location and number of insertion or access pits shall be planned by
Contractor and submitted in writing prior to excavation for approval by the
City.
c. Method of construction and restoration of existing sewer .service
connections. This shall include :
1)
2)
3)
4)
Detail drawings and written description of the entire construction
procedure to install pipe , bypass sewage flow and reconnection of
sewer service connections.
Working drawings for information only showing sewage flow
bypass, and maintenance of traffic. · Contractor shall provide for
continuous sewerage flow . Dewatering shall be the Contractor1s
responsibility .
Certification of workmen training for installing pipe .
Television inspection reports and video tapes made after new pipe
installation .
ASC-10
PART DA -ADDITIONAL SPECIAL CONDITIONS
6. Delivery , Storage , and Handling :
a. Transport , handle , and store pipe and fittings as recommended by
manufacturer.
b. If new pipe and fittings become damaged before or during installation , it
sha ll be repaired as recommended by the manufacturer or replaced as
required by the Project Manager at the Co ntractor's expense , before
proceed ing further .
c. Deliver, store and handle other materials as required to prevent damage .
B. MATERIALS :
10/23/08
1. Polyethylene Piping Mate.r ial : The pipe and fitting material shall be high dens ity ,
extra molecular weight (EHMW) polyethylene pipe material conforming to ASTM
01248, Type Ill, Class C, Category 5, Grade P34 , and have a PPI (Plastic Pipe
Institute) recommended designation of PE3408 and cell classificati on 345434C per
ASTM 03350. The molecular we ight category shall be extra high (250,000 to
1,500 ,000) as per the Gel Permeation Chromatography determination procedure
with a typical value of 330 ,000 .
a. The interior of the pipe shall be a light reflective color to facilitate closed
circuit television inspection .
b. · The pipe material shall be listed by the Plastic Pipe Institute (PPI) in PPI
TR-4 . The pipe material shall have as hydrostatic design basis of 1600 psi
at 73 F and 800 psi at 140 F.
c. The manufacturer's certification shall state that the pipe was manufactured
from one specific resin and shall state the resin used and its source . All
pipe shall be made of virgin material No rework , except that obtained from
the manufacturer's own production of the same formulation , shall be used .
d. Pipe supplied under this specification shall have a nominal Ductile Iron
Pipe Size inside diameter. The Standard Dimension Ratio (SOR) and
minimum pressure rating of the pipe shall be SOR 17 -100 psi. Pipe with a
lower SOR ratio and higher pressure rating may be used in lieu of the
min imum specified .
2.. Tests: The Contractor shall be required to send submittals to the City of Fort ·
Worth on the production material.
a . The pipe manufacturer shall provide certification that samples of the
production product meets these specifications. The certification wil.l state
that production product has been tested in accordance with ASTM D2837,
and validated in acco.rdance with the latest revision of PPI TR-3.
ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The pipe manufacturer shall provide certification that stress regression
testing has been performed on the specific product. Certification shal l
include a stress life curve per ASTM 02837 and testing shall have been
performed in accordance with ASTM 02837 .
c. Rejection : Polyethylene plastic pipe and fittings may be rejected for failure
to meet any of the requirements of this specification .
C. SEWER SERVICE CONNECTIONS:
1. Sewer Serv ice Connections: Sewer service connections shall be connected to the
new pipe by mechanical or fusion methods . Once the saddle is secured , a hole
shall be drilled in the pipe the full inside diameter of saddle outlet.
2. Pipe Saddles: Mechanical saddles shall be made of polyethylene pipe compound
that meets the requirements of ASTM 01248, Class C, have stainless ste.el straps
and fasteners , neoprene gasket and backup plate. Mechanical saddles shall be ·
Strap-on-Saddle Type as manufactured by Dr iscopipe or Tapping Saddle
manufactured by DuPont, or approved equal. Fusion saddles shall be
electrofusion branch saddles as manufactured by Central Plastics Company, or
approved equal.
3. Connect ion to Existing Service : Connections to the existing sewer service
connections pipe shall be made us ing flexible couplings . All flexible couplings
shall conform to ASTM C425 and shall be as manufactured by Fernco Joint Sealer
Co ., DFW Piastres , Inc . or approved equal. Backfill at service connections shall be
cement stabilized sand (2 sacks per cubic yard) to a po fnt 12 inches above the
service lateral to trench intersection and shall be in accordance with these
specifications .
The Contractor shall , upon request , permit the Engineer to take elevations on both
the existing and new portions of the service connection pole to determine final
grade and invert elevations. Elevation changes greater than 0.10 feet from the
house lateral piping and shall ·be reconnected as directed by the Eng ineer.
4. Serv ice Interruptions : Service interruptions to homes shall not exceed 18 hours.
D. PREPARATION :
10/23108
1. Bypassing Sewage:
a. The Contractor shall bypass the sewage around the section or sections of
sewer to be rehabilitated. The bypass shall be made by plugging existing
upstream manhole and pumping the sewage into a downstream manhole
or adjacent system or other method as may be approved by the Engineer.
The pump and bypass lines shall be of adequate capacity and sfze to
handle the flow without sewage backup occurring to facilities connected to
the sewer ..
ASC-12
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The Contractor shall be responsible for continuity of sanitary sewer service
to each facility connected to the section of sewer during the execution of
the work.
If sewage backup occurs and enters buildings, the Contractor shall be
responsible for clean-up, repair, property damage costs and claims.
2. Line Obstructions: If pre-installation (TV) inspection reveals an obstruction in the
existing sewer (heavy solids, dropped joints, protruding service taps or collapsed
pipe) which will prevent completion of the pipe bursting/crushing process , and
cannot be removed by conventional sewer cleaning equipment, then an
obstruction removal shall be made by the Contractor, with the approval of the
Engineer.
3. Sags in Sewer Line: ALL SAGS AND GRADE PROBLEMS IN EXISTING SEWER
LINES SHALL BE CORRECTED AS PART OF THIS CONTRACT. If the pre-
construction television inspection reveals a sag in the sewer line, the Contractor
shaU be responsible for bringing the proposed sewer pipe to an acceptable grade
without a sag. A sag is defined as any sewer line segment more than 3 feet in
length which ponds water in the absence of sewage flow. The contractor shall
take the necessary measures to eliminate the sag by the method of: pipe
replacement, digging a sag elimination pit and bringing the bottom of the pipe
trench to a uniform grade in line with the existing pipe invert or by other measures
that shall be acceptable to the Engineer and the City.
a. Identification of Sags: Sags shall be identified by television inspection in
the absence of sewage flow. If available, the Contractor shall be furnished
television tapes from the City identifying the sag location. Flow shall be
blocked at an upstream manhole and diverted to another sewer line or
downstream manhole below the segment of pipe to be inspected. TV
inspection shall be performed in accordance with television inspection of
sanitary sewer lines. Video tapes shall be submitted to the City for review.
b. Correction of Sags :-Sags shall be corrected by open cut and by adding
additional bedding material to bring the sag back to grade where access is
available. For pipe enlargement methods , all sags identified on the pre-
construction video tapes shall be corrected prior to commencing with pipe
. enlargement.
C.
In instances where sags are located under existing structures, the existing
sewer line may be relocated using open cut or boring methods. The City
shall specifically review potential relocation's and eva luate the
constructability, economics and engineering feasibility prior to construction
work .
Measurement and Payment: Measurement and payment to correct sags
shall be per linear foot of pipe construction to correct the sag. For pipe
bursting methods, open-cut or bore construction, the applicable bid prices
in the proposal section shall apply.
ASC-13
PART DA -ADDITIONAL SPECIAL CONDITIONS
4 . Telev ision Inspection : Inspection of the pipelines shall be performed by
experienced personnel trained in locating breaks, obstacles and service
connect ions by closed circu it co lor television . Televis ion inspection shall be in
accordance with the specifications contained herewith for "Pre-and Post-
Construction Televisi.on Inspection of Sanitary Sewer Lines ", Part D -Specia l
Conditions D-35 and D-38, respect ively .
E. PIPE ENLARGEMENT SYSTEM AND PIPE INSTALLATION :
10123/08
1. Site Organ izat ion :
a. Insertion or access pits shall be located such that their total number sha U
be minimized and the length of replacement pipe installed in a single pull
shall be maximized .
b. Existing manholes shall be util ized wherever practical. Manhole inverts and
bottoms may be removed to perm it access for installation equipment.
c. Equipment used to perform the work shall be located away from build ings
so as not to create a noise impact. Provide silence rs or othe r devises to
reduce mach ine noise as needed to meet requirements .
d . The actual pipe enlargement procedure shall commence prior to 11 :00 AM
in order to afford the contractor ample time to complete all related work
within the allotted workday , which is defined as the hours between 7:00 AM
and 6:00 PM , so as not to impose on the peace and comfort of persons in
the immediate vicin ity . No actual pipebursting work shall be started after
11 :00 AM; all actual pipeburst ing activity shall cease at 6 :00 PM . Other
activities other than the actual pipebursting may continue after 6:00 PM .
2 . Finished Pipe : The installed replacement pipe shall be continuous over the entire
length of each pipe segment from manhole to manhole and shall be free from
v isual defects such as foreign inclusions , concentrated ridges, discoloration ,
pitting, varying wall thickness, pipe separation , other deformities. Replacement
pipe with gashes , nicks, abras ions , or any such physical damage which may have
occurred during storage and/or handling , which are larger/deeper than 10% of the
wall thickness shall not be used and shall be removed from the construction site.
The replacement pipe passing through or terminating in a manhole shall be
carefully cut out in a shape and manner approved by the Engineer. The invert and
benches shall be streamlined and improved for smooth flow. The installed pipe
shall meet the leakage requirements of the pressure test specified later.
3. Pipe Jointing :
a. Sections of polyethylene replacement pipe shall be assembled and joined
on the job site above the ground . Jointing shall be accomplished by the
heating and butt-fusion system in strict conformance. with the
manufacturer's printed instructions ..
ASC-14
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The butt-fusion system for pipe jointing shall be carried out in the field by
operators with prior experience in fusing polyethylene pipe with similar
equipment using proper jigs and tools per standard procedures outlined by
the pipe manufacturer. These joints shall have a smooth, uniform , double
rolled back bead made while applying the proper melt, pressure, and
alignment. It shall be the sole responsibility of the Contractor to provide an
acceptable butt-fusion joint. All joints shall be made available for
inspection by the Engineer before insertion. The replacement pipe shall be
joined on the site in appropriate working lengths near the insertion pit. The
maximum length of continuous replacement pipe which shall be assembled
above ground and pulled on the job site at any one time shall be 600 linear
feet.
c. For situations where the replacement pipe is not pulled all the way to the
manhole or if it is impossible to pull the missle all the way through, the
following shall apply : At the direction of the Engineer, a 12 "-18" full circle
steel clamp shall be utilized to connect segments of the HOPE pipe .
4 . New Pipe Installation:
a. Thread winch cable or chain and associated lines through sewer section to
be rehabilitated. Keep lines away from pedestrian and vehicular traffic.
b. Existing manholes may be used for launch and receiving access . Remove
manhole invert and bottom as required . Pull winch chain through sewer
section and attach to cutter and machine head . Lower into launching
manhole, apply winch tension pulling the cutter and head into the sewer
until the rear of the machine is flush with the manhole wall. Attach steel
starter pipe and advance assembly until the rear of the steel starter pipe is
flush with the manhol.e wall. Lower hydraulic jack into the manhole and
align. Insert new pipe by simultaneous operation of the Jack and winching
the cutter and head forward. ·
5. Anchoring New Pipe and Sealing Manholes :
a.
b .
C.
After the new pipe has been installed in the entire length of the sewer
section , anchor the pipe at manholes . The new pipe shall protrude in the
manholes for enough distance to allow sealing and trimming.
Sealing the new pipe at manholes shall not begin for a minimum of ten (10)
hours after installation. Provide a flexible gasket connector in the manhole
wall at the end of the new pipe, centered in the existing manhole wall.
Grout flexible connector in the manhole, filling all voids the full thickness of
the manhole wall .
Restore manhole bottom and invert .
ASC-15
PART DA -ADDITIONAL SPECIAL CONDITIONS
6. Field Testing:
a. Low Pressure Air Test of Replacement Pipe : After a manhole-to-manhole
section of sanitary sewer main has been pipe burst/crushed and prior to
any service lines being connected to the replacement pipe, the pipe shall
be plugged at each manhole with pneumatic plugs. The design of the
plugs shall be such that they will hold against the test pressure without
requiring external blocking or bracing. One of the plugs shall have three air
hose connections; one for the inflation of the plug, one for reading the air
pressure i n the sealed line, and one for introducing air into the sealed li.ne.
Low pressure air shall then be introduced into the seal.ed line until the
internal air pressure reaches 4 .0 psig greater than the average back
pressure resulting from any ground water that may be over the pipe. At
least two minutes shall elapse to allow the pressure to stabilize . The Ume
required for the internal pressure to decrease from 3.5 to 2 .. 5 psig greater
than the average back pressure resulting from any ground water that may
be over the pipe, shall not be less than the time shown for a given pipe
diameter in the following table :
Carrier Pipe Minimum Elapsed
Diameter (inches) Time (minutes)
8 4
10 5
12 6
15 7
b. Post-Construction Television Inspection of New Pipe : Refer to Special
Condition for Post-Construction Television Inspection of Sanitary Sewer.
F. MEASUREMENT AND PAYMENT:
1.
2.
3.
10/23/08
Pipe Installation: Pipe installation will be measured for payment by the linear foot
of pipe actually installed in the various diameters of sewers measured along the
centerline of the sewer from centerline to centerlfne of manholes. Payment will be
made for the quantities measured at the unit price per linear foot for the various
sewer diameters listed.
Service Reconnections: Installation of sewer service connections will be
measured for payment by each actually reconnected to the installed pipe.
Payment will be made for the quantities measured at the unit price per each listed ..
Payment shall include required excavation · and backfill, saddles, flexible
connections, and all other incidentals necessary to successfully reconnect sewer
service lines to the rehabilitated sewer. Payment shall not include pavement
replacement, which if required, shall be paid separately.
Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic
jet cleaning shall be performed by bucket machines. The payment for such
cleaning shall be included in the bid item for Pre-Construction Television
. Inspection of Sanitary Sewer Lines .
ASC-16
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. By-pass Pumping : The Contractor shall provide diversion for the flow of sewage
around the section or sections of pipe designated for rehabilitation . The pumps
and by-pass lines shall be of adequate capacity and siz.e to handle all flows. All
costs for by-pass pumping required during installation of the pipe shall be
subsidiary to pipe enlargement.
5. Subsidiary Work : Any damage to utilities and property, resulting repairs,
temporary service costs, etc. shall be borne by Contractor. Repair and/or
replacement of fences, sprinkler system piping and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no additional payment will be allowed .
6. Testing: All cost for testing the replacement pipe by a pressure method will be
incidental to pipe installation.
DA-4 FOLD AND FORM PIPE
A GENERAL:
1. Description: The Contractor shall utiHze the installation of polyethylene or PVC
sewer lines to restore the watertight condition of sanitary sewer 1.ines.
B. MATERIALS:
10/23/08
1. Polyethylene Liner Material: The polyethylene liner material shall be a high density
polyethylene pipe compound which conforms to ASTM D-1248. The polyethylene
pipe liner shall meet manufacturer's standards. The lining shall be a hard
impermeable pipe which shall conform to the minimum structural standards
applicable, including ASTM D-368 for 3,300 psi tensile stress , ASTM 0-638 for
4,500 psi for flexural stress, and ASTM 0-790 for 145,000 psi for modules of
elasticity. The finished liner shall incorporate materials which will withstand the
corrosive effects of normal sewage. The Contractor shall provide a written
guarantee of his compliance with these standards. The Uner shall be light in color
to facilitate closed circuit television inspection.
2. Polyvinyl Chloride (PVC) Liner Material: Polyvinyl pipe shall conform to ASTM
D3034. · The PVC compound used for the folded pipe shall conform to ASTM
D1784 classification 12334-B, 12344B or 12454B or C. Compounds that have
different cell classifications which are superior to those of the specified compounds
are also acceptable. The lining shall conform to the minimum structural standards
applicable including ASTM D-790 for 6,000 psi flexural stress and 350,000 psi
modulus of elasticity.
3. Sizing of the Liner. The liner diameter, length and wall thickness shall be
appropriate for each designated location. The Contractor shall verify the actual
sewer lengths and diameters i.n the field prior to cutting the liner to length and
sizing the diameter.
a. The liner shall be fabricated to a siz.e that when installed wi.11 neatly fit the
internal circumference of the sewer to be lined. Allowance for
ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
circumferent ial stretching of the line r during insertion shall be made as per
manufacturer's standards .
b. The length of liner shall be that deemed necessary by the Contractor to
effectively carry out the insertion and seal the liner at the inlet and outlet
points. When reformed , the hardened liner should extend from end to end
of the sewer segment being lined in a continuous tight fitting watertight
pipe-within-a-pipe .
c.. T.he wall thickness of the folded p ipe liner shall conform to the design
criteria of the manufacturer or the licensee ; however, the minimum wall
thickness shall conform to the following table :
Existing Pipe LO . Minimum Wal.I
(inches) Thickness (inches)
6 0 .236
8 0.265
10 0.331
12 0.392
C . EXECUTION :
10/23108
~_.-· ... ·.
1. General : Liner installation shall be accomplished by pulling fh·e· liner through the
existing sanitary sewer pipeline utilizing a power winch and steel cable with an
appropriate pulling head at the end of the liner. Round ing of the liner shall be
accomplished by utilizing a heat source such as water or steam w ith a round ing
device to reform the folded pipe into a hard, impermeable round pipe .
2. Prelim inary Cleaning and Inspection :
a .
b .
C.
Prior to any lining of designated sanitary sewer line segments, the
Contractor shall remove internal deposits as necessary to assure proper
liner installatlon.
Inspection of pipelines shall be performed by expertenced pers.onnel
trained in locating breaks , obstacles , and service connections by closed
circuit television. The interior of the pipeline shall be carefully inspected to
determine the location and extent of any structural failures, which may
· prevent proper i nstallation of lining materials into the pipelines and location
of service laterals.
It shall. be the responsib ility of the Contracto r to clear the line of
obstructions such as solids, roots, dropped joints, protruding branch
connections or broken plpe that will prevent the inserti.on of the liner. If
inspection reveals an obstruction not indicated in these specifications that
cannot be removed by conventional cleaning equipment, then the
Contractor shall. notify the Engineer. The Engineer may authorize an
excavation in order to remove such obstruction.
ASC-18
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Documentation : Spec ial Conditions for Pre-and Post-Construction Television
inspection apply , items 0-35 and 0-38, respectively .
4. Flow Bypassing : The Contractor, when required , shall prov ide for the transfer of
flow around the section or sections of pipe that are to be lined . The bypass shall
be made by diversion of the flow at an existing upstream access point and
pumping the flow Into a downstream access point or adjacent system. The pump
and bypass lines shaU be of adequate capacity and size to handle the flow . The
proposed bypassing system shall be approved in advance by the Owner. All costs
of flow bypassing shall be cons idered incidental to cost of rehabilitating the pipe.
5. Notification of the Public: The Contractor shall notify all Property Owners affected
by the liner insta ll.ation work at least 48 hours prior to comm~ncement of the work
which will temporarily plug the sanitary services of the Property Owners connected
to the sewer line segment being l.ined . Notification shall be by written notice and ,
when possible , shall be verbal, also. Customer complaints during installation shall ·
be resolved by the Contractor,
6. Liner Installation :
a .
b.
C.
d .
e.
f.
The liner shall be inserted into the existing sewer line with a power winch
and steel cable connected to the end of the liner by use of an appropriate
pulling head. A second pulling head may be attached to the other end of
the liner for attachment of a tag line to pull the liner back out of the sewer
line , if necessary. Precautions should be taken during insertion to protect
the liner· pipes to prevent scoring the outside of the liner as it is being pulled
into the sewer.
Prior to reforming the liner, "O" Ring gaskets shall be installed on the liner
at each manhole connection .
After insertion is completed , the installer shall supply a suitable
heat/pressu re source and water recirculation equipment. The equipment
shall be capable of delivering water/pressure throughout the section to
uniformly raise the water temperature above the temperature required to
reform the liner.
The heat source shall be fitted with suitable monitors to gauge the
temperature of the incoming and outgoing water supply .
The instaUer shall cool the liner to a temperature below 100 F before
relieving the reforming pressure . Cool down may be accomplished by the
introduction of cool water or other approved method into the recirculation
network.
The finished lining shall be continuous over the entire length of an insertion
run and be free from visual defects such as foreign inclusions and
pinholes . The lining shall be impervious and free of any leakage from the
pipe to the surrounding ground or from the ground to the inside of the lined
pipe. Any defects which will affect, in the foreseeable future, or warranty
ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
period, the integrity or strength of the linings, shall be repaired at the
Contractor's expense, in a manner mutually agreed by the Owner and the
Contractor .
7. Completion of Lining:
a. After the liner has been reformed, the Contractor shall reconnect the
existing active service connections . This shall be done from the interior of
the pipeline by means of a television camera and a cutting device that re-
establishes their operability or by excavation. Any bypass pumping that is
required shall be provided at no additional cost for sewer lines where lining
is being performed. Service interruptions to any homes tributary to this
sewer line shall not exceed 18 hours. Connection of the service lateral by
excavation shall be made with a Neoprene Gasket Saddle which inserts
into the lined pipe for a watertight fit. Backfill at service connections shaU
be cement stabilized sand (2 sacks per cubic yard) to a point 12 inches
above the service lateral to trench intersection and shall be in accordance
with these specifications .
b. Excavation pits for externally reinstated service laterals shall remain open
for 24 hours after reinstatement of the service. The Contractor shall be
responsible for verifying that shrinkage of the polyethylene sewer liner has
not occurred.
c.. The water tightness of the Uner shall be gauged while the liner is curing,
and under a positive head. After the work is completed, the Contractor will.
provide . the Owner with a video tape showing both the before lined and
after lined conditions, including the restored connections. Upon completion
of the installation work after required testing indicates the lining is
acceptable, the Contractor shall reinstate the project area affected by his
operations and perform any surface restoration in accordance with these
Specifications.
8. Special Notes: The installer shall be liable for damages to the homes or basement
from backups which may result during the installation of the liner. l.nstaller will be
allowed to open clean outs.
D. MEASUREMENT AND PAYMENT:
1.
2.
10123/08
Liner Installation: Liner installation will be measured for payment by the linear foot
of Hner actually installed in the various diameters of sewers measured along the
centerline of the sewer from centerline to centerline of manholes. Payment will be
made for the quantities measured at the unit price per linear foot for the various
sewer diameters listed.
Service Reconnection: Payment will be made for the quantities measured at the
unit price per each listed in the bid proposal. Payment shall include all labor,
materials, and the lateral connection, including all necessary pipe and fittings to
connect the existing service line. Payment shall not include pavement
replacement, which if required , shall be paid separately .
ASC-20
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Television Inspection and Cleani.ng: Special Conditions for Pre-and Post-
Construction Television Inspection apply, Part D -Special Conditions D-35 and D-
38, respectively.
4 . Sewer Cleaning by Bucket Machine: Heavy cleaning requiring more than hydraulic
jet cleaning shall be performed by . bucket machines . The payment for such
cleaning shall be included in the bid item for Cleaning a.nd Television Inspection of
Sanitary Sewer Lines.
5 . By-Pass Pumping: The Contractor shall provide diversion for the flow of sewage
around the se.ction or secti.ons of pipe designated for rehabilitation. The pumps
and by-pass lines shall be of adequate capacity and size to handle all flows. Alt
costs for by-pass pumping required during installation of the pipe shall be
subsidiary to the pipe reconstruction item.
6. Point Repairs : Point repairs shall be made before or after liner installation at the
Contractor's option . Point repairs are avai.lable for payment only if mutually agreed
by the City and the Contractor prior to acceptance of the line for reconstruction.
Before any excavation is done for any purpose , it will be the responsibility of the
Contractor to check with various utility companies and determine the location of
their facilities. Point repairs shaU be measured and paid for by the linear foot for
the appropriate depth of cut. Payment shall include all labor, materials, and
equipment for pipe replacement according to FWWD standards.
7 . Subsidiary Work: Any damage resulting to utilities and property, resulting repairs ,
temporary service costs, etc., shall be borne by Contractor. Repair and/or
replacement of fences, sprinkler system piping and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no addiUonal payment will be allowed .
DA-5 SLIPLINING
A. GENERAL: This section includes requirements to rehabiHtate existing sanitary sewers by
sliplining with polyethylene pipe.
B. MATERIALS
1. Polyethylene Slipline Pipe :
a.
b.
10/23108
The properties of the material shall be determined in accordance with
ASTM 0638. ASTM D638 shall be used to determine that the thermal butt-
fusion joints are stronger than the materials joined.
The malt index of the polyethylene resin s.hall be determined in accordance
with ASTM 01238, Condition E, and shall be equal to, or between 0.05
g/1 O min . and 1.00 g/10 min.
ASC-21
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
c. The density of the base polyethylene resin shall be determined in
accordance with ASTM 01505 and be equal to , or between, 0.941 g/cc and
0.955 glee.
d. The material shall be tested in accordance with ASTM 01693, Condition C.
e. Polyethylene pipe and fittings may be rejected for failure to meet any of the
requirements of this specification.
, f . The sewer liner pipe and fittings shall be made of a polyethylene pipe
compound that meets the requirements for Type Ill, Class C, Grade P-34,
Category 5, polyethylene material as defined in ASTM 01248 or ASTM
03350, and having a PPI rating of PE3408, and cell classification 3454340
or E per ASTM 03350. A higher numbered cell. classification limit which
gives a desirabl.e higher primary property, per ASTM 3350, may also be
accepted by the Engineer at no additional cost to the City. The molecular
weight category shall be .extra high (250,000 to 1,500,000) as per the Gel
Permeation Chromatography determination procedure with a typical value
of 330,000.
g. Before beginning work, the Contractor shall submit for approval , the
vendor's specific technical data with the complete. information on resin,
physical properties of pipe and pipe dimensions pertinent to this job. A
certificate of "Compliance With . Specification" shall be furnished for au
materials to be supplied. The manufacturer's certificate shall state the pipe
was manufactured from one specific resin and shall. state the resins used
and its source. All pipe shall be made of virgin material. No rework except
that obtained from the manufacturer's own production of the same
formulation shall be used.
h.
i.
j .
The City will run tests on field samples per applicable ASTM specifications
at an independent laboratory for verification of the required physical '
properties and characteristics . The number of samples taken shall be at
the City's discretion. All samples shalt be provided by the Contractor at no
charge to the City . The City shall pay alt charges for all testing of the liner
material if they are found to meet specification . Alt retesting of materials
not initially meeting these specifications shalt be at the Contractor's
expense .
All polyethylene sliplining pipe shalt conform to the sizes and Standard
Dimension Ratio (SOR) requirements shown on the drawings .
Lengths : Standard lengths shalt be used whenever possible , (40 foot
sections). Where construction difficulties prevent the use of standard pipe
sizes,. other pipe sizes may be specified.
Pipes shall be joined to one another and to polyethylene fittings by therma l
butt-fusion in accordance with ASTM 02657 and ASTM 03350. Butt-fusion
joining and site location , joining shall be performed within or outside the
ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
excavation . Joints between pipe sections shall be smooth on the inside
and internal projection beads shall not be greater than 3/1.6 inch.
k. The tensile strength at yield of the butt-fusion joints shall not be less that of
the pipe.
2. Sewer Service Connections: Mechanical and fusion-bonded saddles shall be
made of polyethylene pipe compound that meets the requirements of ASTM D-
2448, Type IV, Class C. Mechanical saddles shall have stainless steel straps and
fasteners and neoprene gaskets. Mechanical saddles shall be Strap-on-Saddle
Type as manufactured by Drisco Pipe or Tapping Saddle as manufactured by
DuPont, or approved equal. Fusion saddles shall be electrofusion branch saddles
as manufactured by Central Plastics Company, or approved equal .
Saddles for use on PVC pipe shal.l be molded fittings as recommended by the PVC
pipe manufacturer, and shall conform to the requirements of ASTM 03034, SOR
35 ,
C. EXECUTION
10/23/08
1. Cleaning and Television Inspection of Sanitary Sewers:. Cleaning and television
inspection of sanitary sewers to be sliplined shall be completed per the
requirements of Special Condition for pre-construction television inspection. All
material encountered in the existing sewers shall be removed and disposed of by
the Contractor. AU video tapes shall be delivered to the City's representatives for
evaluation prior to any sliplining operations .
2. Obstruction Removal: The Engineer shall determine where obstruction removal
(due to dropped joints, collapsed pipe, roots, rocks, obstructions in the pipe which
cannot be removed by the cleaning equipment or other reasons) will be required.
The Contractor shall locate the insertion pits at these obstruction locations
whenever possible, and no additional payment will be authorized to the Contractor.
When obstruction removal is required at locations other than insertion pits,
payment for the obstruction excavation at the appropriate Contract unit price wlll
be authorized.
3. Sewer Cleaning by Bucket Machine and Root Cutting: Heavy cleaning requiring
more than hydraulic jet cleaning shall be performed by bucket machines or root
cutting, as required. No additional payment for such cleaning and/or root cutting
shall be made.
4. Insertion or Access Pits: The location and number of insertion or access pits shall
be planned by the Contractor and submitted in writing for approval by the Engineer
prior to excavation. The pits shaU be located such that their total number shall be
minimized, and the footage of liner pipe installed in a single pull shall be
maximized.
Before excavation is begun, it will be the responsibility of the Contractor to check
with the various utility companies and determine the location of the utilities in the
vicinity of the work area.
ASC-23
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
Damage done to uti.lities and the resulting repair, temporary service cost , etc .,
shall be borne by the Contractor .
All excavations shall be properly sheeted/shored in accordance with OSHA
specifications for trench safety systems. Any damage resulting from improperly
shored excavations shall be corrected to the satisfaction of the Engineer with no
compensation to the Contractor.
All open excavations shall be kept secure at all times by the use of barricades with
appropriate lights and signs, construction tape, covering with steel plates, etc., or
as directed by the Engineer.
The cost for bypass pumping if required around an insertion pit, from a manhole
upstream to a manhole downstream , shall be included in the Un!t Price Bid for
sliplln!ng.
Excavation for insertion pits shall not be paid for separately, but shall be included
in the Unit Price Bid for sliplining ..
5. Insertion of Polyethylene Liner Pipe into Carrier Pipe: The exrsting sewer will
remain in operation during the sltplining process whenever possible. Obstructions
such as roots ; large joint offsets, rocks or other debris, etc., that would prevent
passage or damage to the other pipe sections must be removed or repaired prior
to installing the new pipe. After completing the insertion p!t excavation , the top of
the existing sanitary sewer line shall be removed, where required , down to the
spring line. A power winch cable shall then be connected to the end of the liner by
use of a suitable pulling head, equal to the outside diameter of the liner. The
pulling head shall be adequately secured to the liner and then attached to the
power winch cable so that the liner can be satisfactorily fed and pulled through the
sanitary sewer main . Proper bumpers shall be provlded in the insertion pit in order
to prevent the ragged edges of the existing pipe from scarring the outs ide of the
llner as it is pulled into the existing sewer.
Precautions shall be taken not to damage the liner or break or separate any of the
butt-fused joints. Sufficient time (a minimum of 24 hours) shall be allowed for the
Hner to return to its normal length assuming the over-elongation is due to a higher
temperature at the time of installation) based upon the average temperature in the
sewer. The length of the liner pulled in any one segment shall be limited to
prevent any backup of service lines whi.ch may result due to restricted flow through
the annular space.
Maximum Allowable Pulling Force. In order to ensure the integrity of the
polyethylene liner, the pulling force exerted on the liner shall be limited to that
indicated on the following table for the appropriate outside diameter of the
polyethylene liner: ·
ASC-24
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
POLYETHYLENE LINE OUTSIDE
DIAMETER (INCHES)
5.375
7.125
8.625
10 .750
14.000
18.000
21.000
24.000
MAXIMUM PULLING
FORCE (TONS)
3.5
4 .0
7.5
10.5
12.0
21 .5
35 .0
52.0
The Contractor shall use a suitable pulling head so that the pulling head and liner
will separate from each other when the pulling force exerted on the liner reaches
the amount indicated above. The pulling head design (including calculations) shall
be approved by the Eng ineer prior to its use .
As an alternative, the Contractor may be permitted tQ use a measuring device
(spring, gauge, etc.) connected to the pulling cable which shall register the pulling
force being exerted on the liner. The pulling force shall not exce.ed those values
indicated above for the applicable outside diameter of the polyethylene liner. The
measuring device shalt be approved by the Eng[neer prior to its use.
The Contractor may be allowed to push the liner subject to the Engineer's
approval. Care shalt be taken to avoid any buckling of the liner by limiting the
stroke of the backhoe . Any portion of the liner damaged during this insertion
process shall be cut out and the liner rejected. In certain cases, the Contractor
may be permitted to use a combination of pulling and pushing to enhance the
insertion of the liner. A liner that is permitted to be pushed shalt not have an open
end which can allow sand or other debris to be pushed into the lfner.
A p[pe manufacturer's representative shal.t be onsite to assist the Contractor for · ·
the first full day of sliplfne pipe installation .
6 . Use of Clamps and Encasement for Polyethylene Pipe: Where excavations for the
insertion of the liner are made between two manholes, the ends of the liner will be
cut smooth , square to the axis of the liner, so that it can be joined in a workman-
like manner. The liner shalt be joined with a JCM Industries Type 108 or equal, all
stainless steel (including bolts and lugs), full circle, Universal Clamp Coupling with
a 1/4-inch minimum thickness grid type gasket. Clamps shall be selected to fit the
. outside diameter of the liner pipe . Minimum clamp widths shall be s.elected from
the following table :
· OUTSIDE DIAMETER ·
OF LINER PIPE
{Inches)
5.375
7.125
8.625
10.750 or Greater
ASC-25
MINIMUM
WI.DTH OF CLAMP
(Inches)
12
15
18
30
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
In all excavations where the liner is not within the existing sanitary sewer line
(carrier pipe) cement stabilized sand bedding shall be installed. Visual inspection
is required for approval of bedding before backfill is completed .
7. Testing of the Liner: Testing will be required after the liner has been installed in
the existing sanitary sewer main. The first is a low pressure air test of the liner
before. it has been sealed in place at the manholes and before any service
reconnections have been made to the liner. The purpose of this test [s to check
the integrity of the joints that have been made and to verify that the liner has not
been damaged by inserting it into the sanitary sewer.
8 ..
a. Low Pressure Air Test Procedure : After a manhole-to-manhole section of
san[tary sewer main has been sliplined and prior to any service lines being
connected to the new liner, the liner shall be plugged at each manhole with
pneumatic plugs. The design of the plugs shaU be such that they will hold
against the test pressure without requiring external blocking or bracing.
One of the plugs shall have three (3) air hose connections; one for the
inflation of the plug, one for reading the air-pressure in the sealed line, and
one for introducing air into the sealed line.
Low pressure air shal l then be introduced into the sealed line until the
internal air pressure reaches 4.0 psig greater than the average back
pressure resulting from any groundwater that may be over the pipe. At
!east two (2) minutes shall elapse to allow the pressure to stabilize.
The time required for the internal pressure to decrease from 3.5 to 2.5 psig
greater than the average back pressure resulting from any ground water
that may be over the pipe, shall not be less than the time shown for a given
pipe diameter in the following table:
CARRIER PIPE
OUTSIDE DIAMETER
(Inches)
5.375
7.125
8.625
10.750
14.000
18.000
MINIMUM
ELAPSED TIME
(Minutes)
3
4
5
6
7
8
Lines over 18 inches shall be approved for payment by Visual and T.V.
Inspection in accordance with Spec[al Cond[tion D-38.
Sealing Liner in Manholes: After the pipe has reached equilibrium the annular
space between the. liner and the existing sanitary sewer main must be sealed at
each manhole with a chemical seal and nonshrink grout. Oakum soaked in
Scotchseal 5600 or equal shall be placed in a band to form an effective water-tight
ASC-26
PART DA -ADDITIONAL SPECIAL CONDITIONS
gasket in the annular space between the liner and the existing pipes in the
manholes . The width of the band shall be a minimum of 12" or one·-half the
diameter of the pipe , whichever is greater. It shall be finished off with a non-shrink
grout placed around the annular space from inside the manhole and shall not be
. less than 6" wide. The chosen method , including ch.em icals and materials, must
be approved by the Engineer. The Contractor shall cut the liner so that it extends
4" into the manhole . The Contractor shall make a smooth, vertical cut and slope
the ar ea over the top of the exposed liner using non-shrink grout. The Contractor
shall also use cementitious grout to form a smooth transition with a reshaped
invert and a raised manhole bench such that neither the shape edges of the liner
pipe, nor the concrete bench , nor the channeled invert sha ll exist to catch debris
and create a stoppage. The invert of the manhole shall also be reworked
(smoothed and built -up) to match the flow line of the new liner.
The liner pipe shall be allowed to normalize to ambient tempe.ratures, as well as
recover from any imposed stretch , a minimum of 24 hours in the case of
polyethylene, before being cut to fit between manholes and proceeding with
reshaping and/or smoo t hing the manhole invert ..
9. Sewer Service Connections :
a. Sewer service connections shall be connected to the new pipe by
mechanical or fusion methods . Once the saddle is secured, a hole shall be
drilled in the pipe , the full inside diameter of the saddle outlet
b. Connections to the existing sewer service connection pipe shall be made
using flexible Fernco sewer connectors, or approved equal. .Backfill at
service connections shall be cement stabilized sand (2 sacks per cubic
yard) to a point . 12 inches above the service lateral to trench intersection
and shall be in accordance with these Specifications.
c. The Contractor shaJI upon request , permit the Engineer to take elevations.
on both the existing and new portions of the service connections pipe to
determine final grade and invert elevations. Elevation changes greater
than 0.10 feet from the house lateral piping shall be reconnected as
directed by the Engineer.
d. Service interruptions to homes shall not exceed 18 hours .
D. MEASUREMENT AND PAYMENT
1.
10/23/08
Pipe Installation : Pipe installation will be measured for payment by the linear foot
of pipe actually tnstalled in the various diameters of sewers measured along the
centerline of the sewer from centerline of manholes. Payment will be made for the
quantities measured at the unit price per linear foot for the various sewer
diameters listed.
ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Service Reconnections:
a. . Installation of sewer service connections will be measured for payment by
each actually reconnected to the installed pipe . Payment will be made for
the quantities measured at the unit price per each listed.
· b. Payment includes all required excavation and backfill, surface restoration,
saddles, flexible couplers, up to 5' of service line, and all appurtenant work.
c. Payment for additional service line (over 5' at each service reconnection)
will be paid for at the appropriate Contract Unit Price. Payment includes all
required additional excavation, backfill, surface restoration, and alt
appurtenant work.
3. Televlslon Inspection and Cleaning : Television inspection shall include necessary
cleaning (hydraulic jet or mechanical cleaner) to provide video image required for
line analysis. The quantity of TV inspection shall be measured as the total length
of pipe actually cleaned and televised. This contract requires the Contractor to TV
inspect the sewer lines twice, once before and once after construction . Pre-
Cleaning and Television Inspection shall be paid at the Contract Unit Price for atl
pipe successfully cleaned and television inspected. The amount paid to the
Contractor for Post Construction Television lnspectlon shall be the Unit cost times
the length of pipe lined .
4. Obstructions: Obstructions such as roots, large offset joints, rocks, or other
debris, that would prevent passage or cause damage to pipe and must be
removed or repaired before installing the pipe wUI be paid for at the Contract Unit
Price per obstruction removal. Payment shalt include all excavation and backfill
costs, pipe replacement, surface restoration and appurtenant work required to
complete each obstruction removal . Obstruction located within ten feet of each
other shall be included in only one obstruction removal. Trench Safety System, if
required, shall be paid for at the Contract Unit Price. Contractor will not be paid for
obstruction · removal located at insertion pits.
5. Subsidlary Work: Any damage resulting to utilities and property, resulting repairs ,
temporary service costs, etc. shall be borne by Contractor. Repair and/or
replacement fences, sprinkler system piping, and other such restoration work
resulting from Contractor activities shall be considered subsidiary to the cost of the
project and no additional payment will be allowed .
6. Testing: AH cost for testing the replacement pipe by a pressure method will be
incidental to the installation. ·.
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT
A. GENERAL:
1.
10/23/08
Furnish materials and necessary accessories, with strengths, thickness, coatings,
and fittings indicated, specified and/or necessary to complete the work.
ASC-28
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 01 .1.
2 . Carrier Pipe in Casing: Carrier pipe sh.all be as shown on drawings and as
specified in the General Contract Documents .
3. Sewer Pipe without Casing Pipe: Shall be minimum Class 51 ductile iron pipe, or
as designated on the plans .
4. Grout: Grout shall be Portland Cement grout of min. 2000 psi compressive
strength at 28 days. Proportioned not less than 1 cu. ft. of cement to 3 cu. ft . of
fine sand with sufficient water added to provide a free flowing thick slurry.
C. EXECUTION
10123/08
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 maintaine.d, 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 .
ASC-29·
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The location of the pit shall meet the approval of the Engineer.
c. The pits of trenches excavated to facilitate these operations shall be
backfilled immediately after the casing and carrier pipe installation has
been completed .
3. Boring and Jacking Steel Casing Pipe: Steel casing pipe shall be installed by
boring hole with the earth auger and simultaneously jacking pipe into place .
a. The boring shall proceed from a pit provided for the boring equipment and
workmen . The holes are to be bored mechanically . The boring shall be
done using a pilot hole . By this method an approximate 2-inch hole shall.
be bored the entire length of the crossing and shall be checked for line and.
grade on the opposite end of the bore from the work pit. This pilot hole
shall serve as the centerline of the larger d iameter hole to be bored. Other
methods of maintain ing line and grade on the casing may be approved if
acceptable to the Eng ineer. 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 wiH not be
permitted.
b. In unconsol.idated 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 lu.brication for subsequent removal of cuttings and
installation of the pipe immediately thereafter.
c. Allowable, variation from the line and grade shall be as specified under
paragraph A.2. All voids between bore and outside of casing shaU be
pressure grouted.
4. lnstaUation of Carrier Pipe in Casing:
a.
b.
C.
d.
Sanitary sewer pipe located within the encasement pipe shat! be supported
by "skids" or "bands" to prevent the pipe and bells from snagging on the
inside of the casing , and to keep the installed line from resting on the bells .
All skids shall be treated wlth 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 . ·
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 .
At alt 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.
ASC-30
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 sufficfent
strength of support the overburden . The Contractor shall submit the
proposed liner method to the Engineer for approval. The tunnel liner
design shall bear the seal of a licensed professional engineer in the State
of Texas. Approval by the Engineer shall not relieve the Contractor of the
responsibility for the adequacy of the liner method.
b. The space between the tunnel llner and the limits of excavation shall be
pressure grouted or mud-jacked.
c. Access holes far 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 ne.cessary to complete the work , including
excavation, backfilling and disposal of surplus material shall be included in the Contract
1012310a ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
Unit Price as shown in the Bid Proposal. Payment shall not include pavement
replacement, which if required , shall be paid separately.
DA-7 TYPE OF CASING PIPE
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions of
E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Projects. The steel ca-sing pipe shall be supplied as
follows:
A. For the inside and outside of casing pipe , coal-tar protective coating in accordance with
the requirements of Sec. 2 .2 and related sections in AWWA C-203 .
B . Touch-up after field welds shall provide coating equal to those specified above.
C . Minimum thickness for casing pipe used shall be 0.375 inch .
Casing Spacers (centering style) such as manufactured by Cascade Waterworks Manufacturing
Company, Advanced Products and Systems, Inc., or an approved equal shall be used on all non-.
concrete pipes when installed in casing. Installation shall be as recommended by the.
manufacturer.
2 . SEWER:
Boring used on this project shall be in accordance with the material standard E1-15 and
Construction standard E2-15 as per Fig. 110 of the General Contract Documents.
3. PAYMENT:
Payment for all materials, labor, equipment, excavation , concrete grout, backfill , and
incidental work shall be included in the unit price bid per foot.
DA-8 SERVICE LINE POINT REPAIR/ CLEAN OUT REPAIR
A. GENERAL: The work covered by this item consists of furnishing all labor, material,
equipment, supervision, etc. necessary to construct a point repair on the portion of a
service line located within a utility easement, street right-of-way or on private property.
Point repairs on private property shall only be addressed after the Contractor has received
written permission from the property owner to do the work. A blank Right-of-Entry
Agreement form to be completed by the Contractor and the individual property owners is
included at the end of this section . The Contractor shall keep a record copy of all Right-
of-Entry forms obtained and have it on hand at au times during construction .
10/23/08
The street addresses and approximate location of service line repairs are shown in
Table_ and the Field Survey Forms in Attachment _. It shall be the Contractors
responsibility to accurately field locate the exact point of repair.
ASC-32
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. MATERIALS:
The pipe replacement material shall be gasketed joint, gravity PVC sewer pipe (ASTM D-
3034, SOR 26) and have a minimum cell classification of 12454 A or B as defined in
ASTM D-1784 . Installation shall be in strict compliance with the manufacturer,
recommendations and the Uni-BeU Plastic Pipe Association. The · method of jointing the
ends of the replaced pipe with the existing pipe shall be water tight.
C. EXECUTION:
10/23108
1.. After the location of the point repair is determ ined , the Contractor shall excavate
and remove the damaged pipe and replace with new pipe. The minimum length of
pipe re.placed shall be three (3) feet. All work shall be performed by a licensed
plumber. Determine whether additional lengths of line beyond "minimum length "
criteria need replacement. Report need for add itional replacement to City and
obtain approval before proceeding.
2. The Contractor shall excavate, shape the bottom of the trench and place the
required pipe bedding so that the grade of the replaced pipe matches the existing
service tine grade .
3. Numerous service llne point repairs along with lateral line point repairs ancf
obstruction removals are located in areas which in many instances will requ ire the
removal of existing landscaping, structures, sidewalks, driveways, etc. -Items
removed or disturbed shall replaced or restored to original conditions or better.
4. Removal of Debris: Excess excavated material and debris are to be removed from
the work site da ily . Cost of hauling excess excavation and debris is to be included
in the price bid for "Service Line Point Repair".
5. Roof and Yard Drains : At the locations indicated in Table of the Attachments .
The Contractor shall disconnect roof and yard drains from the sanitary sewer
service line . For yard drains, the Contractor shall excavate and remove the drain
from the yard and plug the line at the property line . For roof drains , the Contractor
shall remove the downspout from the drain line and plug the !lne to prevent inflow.
In addition , the Contractor shall install an elbow fitting at the bottom of the
downspout to direct runoff, away from the building , and a concrete splash pad to
prevent erosion.
6. Disconnected Service Lines : At the -locations ind icated in Table_ of
Attachments __ to the Special Contract Documents , the Contractor shall remove
the service line no longer in use by excavating at the property line and plugging
the service line.
7. Abandonment of Point Repair: If a pipe is exposed and found in good condition ,
not requiring a point repair , notify City Engineer who will record abandonment of
point repair.
Backfill the excavation , replace pavement or sidewalk and repair and seed or sod
unpaved areas .
ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
8. Cleanout Repair : The Contractor shall make appropriate repairs to cleanouts as
indicated in Table and as shown on the PLANS . All cleanout repair work shall
be performed by a licensed plumber.
a. General
This special condition describes the repair of sanitary sewer cleanouts
located on private property as designated on the 1/l Elimination Repair
plans . Repair of the cleanouts shall consist of replacing defective cleanout
caps or installing new caps where none exist, such that inflow is eliminated .
There will be no repairs made to the existing cleanouts that require
excavation, other than what is required to expose the top of the cleanout so
that the new caps can be installed.
b. Materials
Replacement cleanout caps shall be Dal-Caps as manufactured by Dallas
Specialty & Mfg . Company, or equal. The rubber caps are held down by
stainless steel clamps.
c. Excavation
1) The Contractor shall submit shop drawings on au materials and
equipment to be installed.
2) The Contractor is responsible for obtaining right of entry from the
property owners prior to performing any work. Property owners
should be notified 48 hours in advance of any work on their property.
3) The Contractor shall restore any disturbed surface to its original or
better condition at no separate pay.
D. MEASUREMENT AND PAYMENT:
1.
2.
3.
3.
10123/08
Payment for service line point repair shall be on a unit price basis for each repair
performed on all sizes of service lines for the respective depths. The minimum
length of service line point repair shall be three (3) feet. No separate pay if the
work is done within the limits of a service line reconnect as defined in Special
Condition, D-28 , "Sanitary Sewer Servlces".
Measurements for extra length repair 1s on a linear foot basis for repairs in excess
of the minimum 3 foot replacement length.
All pipe fittings, adapters, concrete collars, bedding, and removal and
replacements of grass sodding required shall be considered incidental to service
line point repair.
If no pay item is included for any work required to properly complete a service line
point re.pair as specified , the cost to perform said work, including any required
ASC-34
PART DA -ADDITIONAL SPECIAL CONDITIONS
removal and replacement of materials, shall be considered incidental to the service
line pointrepair.
5. Depth of Bury is to be measured from Natural Ground Level to the Flow Line of the
Sanitary Sewer Service Une at the Point of Replacement. The minimum trench
width shall be 3'-0".
6. All excavation, backfill, removal and replacement of grass sodding and
landscaping, plugs, fittings , and splash pads shall be considered incidental to
removal of yard drains, disconnecting roof drains and plugging disconnected
service lines.
7. No separate payment will be made for the Contractor to obtain written permission
to enter private property.
8. Payment will be made for Abandonment of Paint Repairs at the Contract Unit Price
for Excavation and Backfill Abandoned Point Repairs.
9. Payment shall be made at the Contract Unit Price far each sanitary sewer cleanaut
successfully repaired. Payment shall be full compensation · for all materials,
equipment, and labor required to perform the work.
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1. Scope: This section governs all work, materials and testing required for the
application of lnterior protective coating. Structures designated to received interior
coating are listed on the construction drawings. The structures are to be coated,
including interior wall, top and bench . surfaces. Protective coating for corrosion
protection shall meet the requirements of this Specification (and items DA-14 and
DA-15) and the Manufacturers recommendations and specifications.
2. Description: The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, e.quipment, and testing required for the completion of
protective coating of structures in accordance with manufacturer's
recommendations.
3. Manufacturer's Recommendations: Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations.
4. Corrosion Protection: Corrosion protection may be requlred on all structures
where high turbulence or high H2S content is expected.
B. MATERIALS:
1.
10/23/08
Scope: This section governs the materials required for completion of protective
coating of designated structures.
ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Protective Coating: The protective coating shall be a proprietary two component,
100 . percent solids, rigid polyurethane system designated as Spray Wall as
manufactured by Sprayroq , Inc. or a two-part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining
systems and designated as Raven 405 .
3. Specialty Cement (If required for leveling or filling): The specialty cement-based
coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or
Reliner MSP as manufactured by Standard Cement Materials .
4. Material Identification: The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM 0-638 .
ASTM 0-790
ASTM 0-790
Long Term Value
5,000 psi
10,000 psi
550,000 psi
5. Mixing and Handling: Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibitity of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals . All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C. EXECUTION :
10123/08
1. General: Protective coating shall not be installed until the structure is complete
and in place.
2 . Preliminary Repairs:
3 .
a. All foreign materials shall be. removed from the interior of the structure
using high pressure water spray (3500 psi to 4000 psi at spray tip).
b. All unsealed lifting holes, unseated step holes, and voids larger than
approximately one-half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application.
c. After all repairs have been completed, remove all loose material.·
Protective Coating :
ASC-36
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. The protective coating shall be applied to t he structure from the bottom of
the frame to the bench , down to the top of the trough . The top of the
structure shall also be coated .
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the follow ing procedure .
1) The surface shall be thoroughly cleaned of all foreign materials and
matter.
2) Place covers over the invert to prevent extraneous mater ial from
entering the sewers .
3) · If required for filling or leve ling, apply specialty cement product to
provide a smooth surface for the coasting material.
4) Sp ray the urethane · or epoxy onto the structure wall and
· bench/trough to a minimum uniform thickness of 125 mils (0.125
inches). Thickness to be veri fi able through the use of methods
acceptable to the Engineer. After the walls are coated, the wooden
bench covers shall be removed.
5) The final application shall have a min imum of three (3) hours cure
time or be set hard to the touch , before being subjected to active
flow.
6) No applicat ions shall be made to frozen surfaces or if freezing is
expected to occur inside the structure with in 24 hours after
application .
4 . Test ing of Rehabilitated Manho les: Testing of rehabilitated manholes for
watertightness shall be performed by the Contractor after operations are
complete in accordance with the Section D-36 -VACUUM TESTING OF
SANITARY SEWER MANHOLES.
D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot, measured from the bottom of the frame to the top of the bench . The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision , materials, equipment and material testing required to complete the
work. Pressure grouting, if necessary to stop active infiltration prior to application of the
protective coating, shall be included in the above unit price . Grouting of the pipe seals,
bench and trough , and lower portion of a particular structure , if required by the Engineer,
shall be paid for separately , as specified in Sect ion DA-10 , MANHOLE REHABILITATION .
DA-10 MANHOLE REHABILITATION
A. GENERAL
1. Scope . This section covers the rehabilitation of sanitary sewer manholes and other
appurtenances in accordance with the Manhole Rehabilitation Details in the
specifications . The rehabilitation requirements for each manhole are listed in the
1012310s ASC-37
PART DA -ADDITIONAL SPECIAL CONDITIONS
Manhole Rehabilitation Schedule i n the specifications . Manhole rehabilitation includes
repairing , replacing, or restoring manhole frame & cover, frame seal, chimney , corbel ,
wall , bench , invert and/or pipe seal(s).
The Contractor shall furnish all labor, superv1s1on , materials, equipment and testing
required to complete the rehabilitation of the manholes listed in these Contract
Documents .
2. General : Contractor is responsible for locating all manholes scheduled for
rehabilitation . Contractor shall notify City Engineer if a manhole cannot be located .
Contractor shall contact City Engineer to determine if materials removed from
rehabilitated manholes will remain the property of the Owner. If so, Contractor shall
coordinate when and where to deliver salvaged material to the Fort Worth Water
Department. If not, Contractor shall be responsible for disposal of material. Contractor
shall provide watchmen , barricades and warning signs to protect his workers,
inspectors , and the public. Contractor shall , at no additional cost to the Owner, replace
any portion of an ex isting manhole that is damaged during rehabilitation of the manhole .
Contractor shall provide necessary means to prevent wastewater flow from contacting
material used for rehabilitation prior to fully curing. Loose and broken brick and mortar
shall be removed immediately from the manhole to eliminate the possibility of pieces
entering the sewer lines .
3. Submittals:
a. Product Information . Contractor shall submit manufacturer's information on
products proposed to be used that are not specifically named in the Contract
Documents .
b. Personnel Q~alifications. Prior to starting manhole coating , Contractor shall
submit qualifications of personnel that will be performing wall repairs and coating
procedures. Proposed personnel shall verify certification within the last two years
by the coating manufacturer and verify working on at least three projects with
similar coating within the previous 12 months .
c. Work Schedule . Prior to beginning work on bench and invert replacements ,
complete manhole replacements, or construction of new maintenance manholes,
Contractor shall submit for review by Owner's Representative a plan for
maintaining wastewater flow without any interruptions. Contractor shall maintain
wastewater flow at all times.
4 . Quality Assurance . Contractor will be responsible for all testing laboratory services in
connection with data required for review of materials proposed to be used in the Work:
10/23/08
Contractor shall obtain Engineer's acceptance of the testing laboratory before having
services performed and shall pay for all costs for testing. Owner niay, at his discretion,
perform quality control tests on materials during and after their incorporation iii the ·
Work. If any of these tests fail, Contractor will be responsible for correcting situation
and shall pay for any retest. All costs for quality assurance testing will be subsidiary to
the Work .
ASC-38
PART DA -ADDITIONAL SPECIAL CONDITIONS
5. Delivery, Storage , and Handling . Upon delivery, all material shall immediately be stored
and protected until installed in the Work. All material shall be labeled and stored in
accordance to the manufacturer's recommendations and all local , state , and federal
regulations .
6. Testing . All rehabilitated manholes shall be tested in accordance with Section D-63 .
B. MATERIALS
10/23/08
1. Cleaners:
2.
3 .
4 .
5.
Water
Cleaners
Wall, Bench, Trough, Grouting,
and Pipe Seal Repair
Hydraulic Cement
Quick-setting Mortar
Urethane Gel Grout
Cementitious Grout Material
Activated Oakum
Clean and free from deleterious substances .
Detergent, muriatic acid or approved equal.
Strong-Seal Plug , Penny Grout ,· IPA
"Octocrete", or approved equal.
Strong-Seal QSR, Rapid Set, or approved
equal.
Scotch-Seal "5610 and 5612" or approved
equal.
Sauereisen Cements "F-100 Grout" or
approved equal.
3M Scotch Seal "5600" or approved equal.
Two-Part Epoxy Adhesive Coating American Chemical Corp . "Aquatapoxy" or
approved equal.
Concrete Bonding Agent ThoroSeal "Aery! 60" or approved equal.
Concrete
External Manhole Coating
Coal Tar
Internal Manhole Coatings
Non-cementitious
Cementitious
Frames, Covers, and Inserts
Manhole Frames and Covers
Watertight Manhole Frames and
Covers
Manhole Insert -Polyethylene
ASC-39
Material in accordance with City of Fort
Worth Water Department General Contract
Documents.
Tnemec "46-450 Heavy Tnemecol", Kap
Coat "Bitumastic Black Solution", or
approved equal.
Sprayroq "Spray Wall" or Raven 405 .
Standard Cement Materials "Reliner MSP" or
Quadex "QM-1s" ..
McKinley "Type N with indented top",
Neenah "R1726A", or approved equal.
Neenah "R1915-E, Type L" or approved
equal.
Corrosion-proof high density polyethylene, .
1/8" thick in accordance with Fort Worth
Water Department General Standards E100-
PART DA -ADDITIONAL SPECIAL CONDITIONS
6 .
7 .
8 .
Manhole Insert -Stain less Steel
Fiberglass Manhole Liner
PVC Lined Concrete Wall
Reconstruction
Joint Material
Adjustment Rings
Bitumastic Gasket Material
Bitumastic Trowelable Material
9 . Miscellaneous
Root inhibitor
4 .
Southwestern Packing & Seals, Inc.,
"T etherlok".
Material in accordance with Section DA-15
of these specifications .
Material in accordance with Section DA-16
of these specifications.
Single-piece , precast concrete , ASTM
C478, 2" min . thickness.
RAM-NEK, EZ-STIK or approved equal.
GS-702 compound or approved equal.
Dichlobenil 2 ,6 -dichlorobensonitrile, or
approved equal.
C . EXECUTION
1 . Inspection . Prior to beginning the Work on a manhole , the Contractor shall inspect the
manhole and notify City Engineer if actual conditions are in conflict with Manhole
Rehabilitation Schedule. After City Engineer revises schedule, Contractor shall
commence with Work.
2. Manhole Rehabilitation Repairs . Each manhole listed in the Manhole Rehabilitation
Schedule will be repaired with at least one of the following repair methods . The
requirements for each repair shall be completed as described in this section and as
indicated on the Manhole Rehabilitation Details in the specifications.
10/23/08
a. Cover/Frame/Frame Seal Replacement.
1) Paved Areas: Make square full depth saw cut and remove the pavement to
expose the entire manhole frame and exterior of manhole a minimum of 6
inches below the top of the structurally sound structure, keeping trench
sides as vertical as possible . Remove the pavement by breaking out from
saw cut toward the manhole to avoid breaking the frame.
2)
Non-paved Areas : Excavate adjacent to the manhole to expose the entire
frame to a minimum depth of 6 inches below the top of the structurally
sound structure, keeping trench sides as vertical as possible. Limit
excavation to a 6-foot by 6-foot working area.
Remove and replace the existing frame , cover, and sealing material.
Furnish bolt down frame and cover, if required by Manhole Rehabilitation
Schedule in the Specifications. If grade rings are broken, deteriorated, or
loose, Contractor shall notify Engineer prior to placing manhole frame .
Also, if manhole contains brick grade adjustments on top of concrete corbel
or chimney, Contractor shall replace the brick grade adjustments with
ASC-40
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
precast concrete rings in accordance with manhole grade ring
replacements .
3) Clean exposed interior and exterior surfaces of the existing chimney and
inspect for reuse . Wire brush and apply a concrete bonding agent and
qu ick setting hydraulic cement to the top surface of the manhole to provide
a smooth . surface prior to installing new grade rings and bitumastic
material.
4)
5)
6)
7)
8)
9)
10)
Surfaces between the frame , adjustments , and corbel sections shall be ·
free of dirt and debris. Bitumastic gasket material (minimum ~ inch thick)
shall be placed in two concent r ic rings along the inside and outside edge of
each joint or use bitumastic trowelable material. Butt joints of the two rows
of b itumastic material shall be positioned opposite of each other. No steel
shims , wood , stones, or any material not specifically accepted by the
Engineer may be used to obtain final surface e levation of the manhole
frame .
In paved areas, frames shall be installed so the top of the casting will
conform to the slope and finish elevation of the paved surface . Allowances
for the compression of the bitumastic material shall be made to assure a
proper final grade elevation . Manhole rims in parkways , lawns, or other
improved lands shall be at an elevation not more than one (1) inch nor less
than one-half (1/2) inch above the surrounding ground. Backfill shall
provide a uniform slope from the manhole frame for not less than three (3)
feet each direction to existing ground elevations .
In drainage areas, frames shall be installed so the top of the casting will be
at the same elevation that existed prior to rehabilitating the manhole .
If the inside diameter of the manhole is too large to safely support new
grade adjustments or frame, the corbel shall be replaced or a flattop
installed prior to placing frame.
The exposed , exterior surfaces of manhole corbel, chimney, and frame
shall be wire brushed and coated with two coats of coal tar, 14 mils OFT .
The grade adjustments shall be wrapped with a 6 mil polyethylene sheet.
In unpaved areas, backfill with excavated material and compact with
mechanical equipment. In paved areas, backfill with granular material
meeting requirements of Item 402 and Section E1-2 to the limits shown on
figures in Section H.
A concrete collar shall be constructed in accordance with Figure 121 .
Concrete collars will be required on rehabilitated manholes and new
replacement manholes as listed in the manhole rehabilitation schedule.
Construction of concrete collar will be paid for separately for each manhole
and shall include surface restoration (including seeding/sodding) and
permanent pavement repair. Repair of pavement outside of 4 foot by 4
foot concrete collar shall be equal to or superior in composition, thickness,
ASC-41
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
etc., to existing pavement and/or as detailed in the Transportation and
Public Works Department typical sect ions for Pavement and Trench Repair
for Utility Cuts , Figures 1 through 5 . Non-standard concrete collars shall be
constructed at locations authorized by the Engineer.
b. Reseating/Sealing of Existing Frame -Work sha ll be done in accordance with
Section D-27 , with the exception that the existing frame shall be reused . The
frame and cov$r shall be inspected for any defects and notify the Owner's
representative if it is damaged or deteriorated . All scale , dirt , and debris shall be
removed from the existing casting with a wire brush.
a . Grade Adjustment -All Work shall be done in accordance with Section D-27,
with the exception that the existing frame shall be raised or lowered to
surrounding surface elevations in accordance with the Grade Adjustment
Detail.
1) In brick manholes , remove and replace the defective chimney up to a
maximum of 24 inches below the frame . If chimney is defective below 24
inches, Contractor shall notify Engineer prior to completing manhole
rehabilitation.
2) Existing defective concrete grade ring adjustments and all brick or block
adjustments shall be replaced with precast concrete adjustment rings.
3) Where partial manhole replacement is required on the Manhole
Rehabilitation Schedule , the following shall apply :
a)
b)
c)
d)
e)
The extent of partial manhole replacement shall be based on the
depth of deterioration as determined by the Owner's
Representative . The remaining structure shall be capable of
supporting the newly constructed portions of the manhole .
Excavate the work area to expose the entire depth of deterioration
in the existing manhole to a minimum depth of 6 inches below the
top of structurally-sound structure .
Perform reconstruction to allow easy access into the manhole. No
more than 12 inches of depth of precast concrete grade adjustment
rings shall be allowed to obtain proper grade. Perform
reconstruction in accordance with the Partial Manhole Replacement
Detail.
Seal manhole joints in accordance with Section D-27 .
Precast corbel, or barrel sections may be used as necessary. The
diameter of the precast sections shall be consistent with the existing
remaining structure. Place a flattop section on existing manhole
structure prior to setting precast sections. Flattop sections shall not
overhang existing manhole structures by more than 6 inches. If the
clearance from the underside of the proposed flattop to the
ASC-42
10/23108
PART DA -ADDITIONAL SPECIAL CONDITIONS
manhole invert is less than 4 Yi feet , the manhole shall be
completely replaced.
f) Partial Manhole Replacement shall also include replacement of
frame , cover, and sealing of frame and grade adjustments.
g) Remove all debris from reconstruction from the manhole and
dispose of properly.
d. Interior Manhole Coating -Interior manhole coating shall meet the requirements of
Section DA-12, DA-13, DA-14 , DA-15, DA-16 and DA-17.
e. Bench and Invert Rehabilitation
1) Remove existing deteriorated bench and invert material to solid material.
Care shall be taken to avoid allowing broken pieces of brick and mortar to
enter the sewer lines.
2) Apply concrete bonding agent and quick setting concrete to form a smooth
surface and continuous invert with the sewer pipe. New bench and invert
shall be formed in accordance with repair Bench and Invert Rehabilitation
Detail.
f. Bench and Invert Replacement
1) Remove the existing bench and trough completely. If the existing trough is
formed of sewer pipe laid continuously through the manhole, special care
shall be taken to ensure that the pipe seal and the sewer pipe to remain is
not damaged. Contractor shall, at no additional cost , replace any portion of
the existing manhole or sewer pipe to remain that is damaged during bench
and invert replacement.
2) Install new bench and trough with Class A concrete in accordance with
repair detail. Surface shall be troweled smooth and the invert of the trough
shall form a continuous smooth flow path from pipes entering the manhole
to where they exit. The bench and invert shall form a watertight seal with
the manhole wall, pipe, and bench/trough area.
3) If the manhole base is deteriorated or nonexistent, the minimum thickness
of the bench/trough shall be six inches.
g . Removal of Existing Manhole -Work shall be conducted as specified in Section D-
29. .
h. Construct New Manhole
1)
2)
Completely remove the existing manhole structure.
Construct new manhole in accordance with Section D-27 of these
specifications. Connect to existing sewers using flexible couplings.
ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
3) Contractor shall maintain existing wastewater flows at all times. Contractor
shall submit a plan for maintaining wastewater flows to the Engineer prior
to beginning work.
i. Pressure Grout Pipe Seals, Bench and Trough, and Lower Portion of Manhole
1) All work shall be done in accordance with Section DA-19 of these
specifications.
2) Remove all foreign materials from the manhole walls around the pipe seal
and within the pipe seal itself, including all loose and protruding brick,
mortar and concrete . Stop active leaks using products specifically for that
purpose.
3) Remove deteriorated area of the pipe seal to sound material. Apply
bonding agent to area and place hydraulic cement to fill voids to form a
watertight seal around pipe.
4) Drill holes around the pipe seal , bench/trough and lower portion of the
manhole and inject urethane gel grout into holes in accordance with repair
detail. Activated oakum rope shall be used to fill the injection hole after
removal of the grouting probe. Patch the injection hole with hydraulic
cement and apply a water resistant two-part epoxy coating to the patch.
Clean all grout from interior of manhole.
j. Manhole Step Removal -Remove existing manhole steps and fill voids with
hydraulic cement in accordance with repair detail.
k. Patch Holes -Clean and remove loose debris from holes to be patched. Apply
bonding agent to surface of holes and fill voids with hydraulic cement in
accordance with repair Patch Holes Detail.
I. Watertight Manhole Insert -Install watertight gasketed manhole inserts as
specified in Fort Worth Water Department Standard E100-4.
m. Grout Flattop to Wall Joint -Injection holes shall be drilled through the manhole at
90 degree angles from each other within 4 inches of the bottom of the flattop.
Provide additional holes near observed defects, if necessary. Urethane gel grout
shall be injected through the holes under pressure with a probe designed for this
purpose . Injection pressure shall not cause damage to the manhole structure or
surrounding surface features . Grouting from the ground surface will not be
allowed. Grout travel shall be verified by observation of grout at defects or
adjacent injection holes. Provide additional injection holes, if necessary, to ensure
grout travel. Injection holes shall be cleared with a drill and patched with a
waterproof quick setting mortar. The flattop t6 wall joint shall be pressure washed,
cleaned, filled with a non-shrink grout, and finished smooth.
n. Fiberglass Manhole Insert -Work shall be conducted as specified in
Section DA-18.
1012310a ASC-44
PART DA -ADDITIONAL SPECIAL CONDITIONS
o. PVC Lined Concrete Wall Reconstruction -Work shall be conducted as specified
in Section DA-19 .
p. Point Repa ir to Replace Sewer Line , 6"-15" Diameter -Th is item shall apply at
those locations indicated in the Manhole Rehab ilitation Schedule and those
additional locations authorized by the Engineer. The Contractor shall excavate
adjacent to the manhole to uncover the damaged sewer pipe . This pipe shall be
carefully removed from the manhole to the first sound joint (maximum of 5 feet) of
pipe . This pipe shall be replaced with SOR 35 PVC pipe of the same nomina l size .
This pipe shall be connected to the existing sewer using flexible connectors
approved by the City . The connection of the new pipe to the manhole shall be
made using flexible gaskets meeting the requirements of ASTM C-923 , grouted
into the manhole wall using non-shrink grout. Embedment material shall be
installed around the pipe up to the pipe springline . Backfill material conforming to
City specifications shall be placed and compacted as required. This item shall
include surface restoration and permanent pavement repair .
q . Bypass Pump ing -The Contractor shall furnish and operate pumping equipment
and piping as required for bypass pumping necessary to complete any manhole
replacement or rehabilitation work.
D. MEASUREMENT AND PAYMENT
1. Frame and Cover Replacement: Payment for installation of new manhole frames
and covers shall be based on the Contract unit price and the actual quantity
installed. The Contract unit price shall be full payment for the new manhole frame
and cover, excavation , installation of the manhole frame and cover, minor grade
adjustment, backfill , and demolition and disposal of waste materials .
2. Grade Ring Replacement: Payment for installation of new grade rings shall be
based on the Contract unit price and the actual quantity of new grade rings
installed . The Contract unit price shall be full payment for the new grade rings. All
costs for installing and sealing grade rings shall be included in the applicable
Contract unit price for sealing of frame and grade rings .
3 . Paved Frame and Grade Adjustment Seal ing : Payment for sealing manho le
frames and grade adjustment rings in paved areas shall be based on the Contract
unit price and the actual number of manholes where sealing of the manhole frame
and/or grade adjustments in paved are required . The Contract unit price shall be
full payment for excavation , pavement removal , sealing materials, installation of
grade rings , sealing, minor grade adjustment, backfill , and demolition and disposal
of waste materials .
4. Non-Paved Frame and Grade Adjustment Sealing: Payment for sealing manhole
frames and grade adjustment rings in non-paved areas shall be based on the
Contract unit price and the actual number of manholes where sealing of the
manhole frame and/or grade adjustments in non-paved are required. The
Contract unit price shall be full payment for excavation, sealing materials,
installation of grade rings , sealing , minor grade adjustment, backfill , surface
restoration , and demolition and disposal of waste materials .
1012310a ASC-45
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
5. In terior Manhole Coating : Payment for interior manhole coating shall be based on
the Contract unit pr ice where interior manhole coating is applied . The Cont ract
un it price sha ll be full payment for surface preparation , i nterior coating of the
corbel , wall and bench , and cleanup.
6 . Pressure Grout Pipe Seals , Bench and Trough , and Lower Portion of Manhole:
Payment for grouting pipe seals , bench and trough , and lower portion of the
manho le shall be based upon the Contract unit price and the actual quantity of
manholes where pipe seals , bench and trough and lower portion of the manhole
were grouted . The Contract unit price shall be full payment for the preliminary
repairs, rehabilitat ing the pipe seals , grout material, installation of the grout
materials and cleanup.
7. Bench and Invert Rehabilitation ~ Payment for bench and invert rehabilitation shall
be based upon the Contract unit price and the actual number of manholes where
the bench and invert were rehab ilitated . The Contract unit price shall be full
payment for materials and bench and invert rehabilitation.
8. Bench and Invert Replacement: Payment for bench and invert replacement shall
be based upon the Contract unit price and the actual quantity of manholes where
the bench and invert were replaced. The Contract unit price shall be full payment
for materials , installation of materials , and demolition and disposal of waste
materials .
9. Patch Holes : Payment for patching holes shall be based upon the Contract unit
price and the actual number of manholes that were patched . The Contract unit
price shall be full payment for surface preparation , patching of the holes , and
cleanup . This item is allowed for payment only when it is included in the Manhole
Rehabilitation Schedule . Patching holes prior to interior coating of manholes is not
a pay item.
10 . Manhole Step Removal : Payment for manhole step removal shall be based upon
the Contract unit price per manhole and the actual number of manholes that had
steps removed. The Contract unit price shall be full payment for removal and
disposal of the steps and patching of the voids created by step removal.
11 . Watertight Manhole Insert: Payment for watertight manhole inserts of the
respective type shall be based upon the Contract unit price and the actual number
of inserts of each type installed. The Contract unit price shall be full payment for
the watertight manhole insert and installation of the insert in the manhole .
12 . New Sanitary Sewer Manhole: Payment shall be made as indicated in
Measurement and Payment , Section D-27 in these specifications . This item shall
include up to five (5) linear feet of new PVC pipe at each manhole pipe connection
and connecting to the existing sewer.
13. Concrete Manhole Collars :
ASC-46
-
-
-
10123108
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Paved Areas . Payment for manhole collars in paved preas shall be based
on the Contract unit price and the actual quantity installed . The Contract
unit price shall be full payment for labor, materials , pavement sawing,
excavating , disposal of waste materials . Payment shall not include
pavement replacement, which if required , shall be paid separately .
b. Non-Paved Areas. Pavement for manhole collars in non-paved areas shall
be based on the Contract unit price and the actual quantity installed . The
Contract unit price shall be full payment for labor, materials , excavation,
disposal of waste .materials, and surface restoration .
14 . Partial Manhole Replacement: Payment for partial manhole replacement shall be
based on the Contract unit price per vertical foot measured from the top of the
frame to the top of the structurally sound existing manhole . The Contract unit
price shall be full payment for furnishing all labor and materials necessary,
including excavation and removal of the existing structure, replacement of the
· frame and cover, installation of new adjustment rings, flattop, corbel or wall
sections, sealing, backfilling , and unpaved surface restoration. Payment shall not
include pavement replacement, which if required , shall .be paid separately.
15. Interior Corrosion Protection : Payment shall be made as indicated in
Measurement and Payment , Section DA-9 in these specifications.
16 . Grout Flattop to Manhole Wall Joint: Payment for grouting the flattop to manhole
wall joint shall be based upon the Contract unit price and the actual number of
joints grouted. The Contract unit price shall be full payment for all material, labor
and cleanup required to complete each joint grouting .
17. Fiberglass Manhole Insert~ Payment shall be made as indicated in Measurement
and Payment, Section DA-18 in these specifications.
18. PVC Lined Concrete Wall Reconstruction : Payment shall be made as indicated in
Measurement and Payment, .Section DA-19 in these specifications.
19 . Point Repair to Replace Sewer Line , 6" -15" Diameter: Payment for each point
repair shall be based upon the Contract unit price for each manhole connection
actually repaired. The Contract unit · price shall be full payment for all material,
labor,. and cleanup required to complete each manhole connection repair .
20. Flattop Replacement: Payment for each flattop replacement shall be based on the
Contract unit price for each flattop actually replaced. The Contr.act unit price shall
be payment in full for all labor, material, and cleanup required to complete · each
flattop replacement. Payment for frame and cover replacement, grade rings,
sealing, and concrete manhole collar as required to complete the manhole
rehabilitation will be paid for separately at the applicable Contract Unit Prices .
21. Bypass Pumping : All bypass pun:,ping shall be a subsidiary obligation of the ·
Contractor. All costs for bypass pumping shall be included in the Contract unit
price for the items requiring bypass pumping.
ASC-47
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION
A. GENERAL : This item shall govern the preparation of surfaces for manhole rehabilitation.
B. CLEANING:
1, Covers (screens) shall be placed over the pipe inverts to prevent extraneous
material from entering the sewer system.
2. All concrete that is not sound or has been damaged by chemical exposure shall be
removed from the manhole. Loose and protruding brick, mortar and concrete shall
be removed using a masonry hammer and chisel. and/or scrapers . Existing roots
and manhole steps shall be removed by cutting them flush wi.th the wall of the
manhole.
3 . All contaminates including but not limited to: oils, grease, waxes, form release,
curing compounds, efflorescence, sealers, salts , incompatible existing coatings, and
all other contaminants shall be removed.
4 . Surfaces to receive protective coating shall be cleaned and abraded to produce a
sound concrete/brick surface with adequate profile and porosity to provide a strong
bond between the protective coating and the substrate. All foreign materials shall be
removed from the manhole, interior using ,high pressure water spray (3500 psi to
4000 psi). Cleaning equipment shall have a pressure gauge that indicates the water
pressure being used.
5. Detergent water cleaning, muriatic acid, and hot water blasting shall be used, if
necessary, to remove dirt, oils, gre·ase , and other matter which may prevent a good
bond of sealing mater[al to the manhole surface. A mild chl.orine solution
(household bleach) may be used to neutralize the surface to dimintsh microbiological
bacteria growth prior to final rinse and coating .
C. PRELIMINARY REPAIRS
1.
2.
3.
10/23108
AU unseaJed lifting holes, unsealed step holes , voids larger than approximately one-
half (1/2) inch in thickness shall be filled with patching compound at least one hour
( 1) prior to application of the first spray coat
Active leaks shall be stopped using City approved products specifically for that
purpose and according to manufacturer's recommendation. Some leaks may
require grouting to stop the inflow. Grouting shall be performed in accordance with
City specifications and Section DA-20 -PRESSURE GROUTING.
Bench area shaU be built up if required to provide a uniform slope from the
circumferences to the manhole . trough . City approved cementitious patching
compounds or epoxy grout as recommended by manufacture shall be used.
ASC-48
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. After all repairs have been completed , all loose material shall be removed from the
manhole . Contractor shall insure no material is allowed to enter the sewer system .
5. Contractor shall ensure the manhole is clear of all detergents and cl.eaners and that
all active infiltration has been stopped prior to application of protective manhole
coatings for rehabilitation .
D. INSPECTION
Applicator shall carefully inspect all surfaces prior to application of protective coating and
shall notify Owner of any noticeable disparity in the surface which may interfere with the
proper performance of the repa ir mortar and protective coating .
E. MEASUREMENT AND PAYMENT
Payment for Surface Preparation shall be considered subsidiary to the cost for Interior
Manhole Coating or Protective Manhole Coating for Corrosion Protection.
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
A GENERAL
1. Scope -This section governs all work, materials and testing required for the
application of interior manhole coating . Manholes designated for interior coating are
listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet
the requirements of this section or of Section DA-13, DA-14, DA-15 , DA-16 or DA:-
17 .
2. Description -The Contractor shall be responsible for the furnishing of all labor,
supervision , materials, equipment, and test ing required for the completion of interior
coating of manholes in accordance with the Contract Documents .
3. Manufacturers Recommendations -Materials, mixture ratios , and procedures utilized
for the coating process shall be in accordance with manufacturers.'
recommendations .
4 . Manholes -Manholes to be coated are of brick, block, or concrete construction .
. Some manholes may have a cementitious sprayed or trowelled on coating over the
· original interior surface.
B. MATERIALS
1.
2.
10123/08
Scope -This section governs the materials required for completion of interior coating
of man.holes.
Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and
pozzolanic materials, sHica fume admixture, 100 percent polypropylene fibers and
other selected ingredients, as manufactured by Standard Cement Materials. No
material (other than clean potable water) shall be used with or added to these
standard products without prior approval or recommendation of the respective
manufacturer.
ASC-49 · ·
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Material Identification -Contractor shall completely identify the types of grout, mortar,
patching compounds, sealant, and/or root control chemicals used and provide case
histories of successful use or defend the choice of grouting materials based on
chemical and physical properties, ease of application, and expected performance, to
the satisfaction of the Engineer.
4 . Mixing and Handling -Mixing and handling of interior coating, which may be toxic
under certain conditions shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate protective measures to ensure
that materials are under control at all times and are not available to unauthorized
personnel or animals. AU equipment shall be subject to the approval of the
Engineer. Only personnel thoroughly familiar with the handling and application of the
coating material shall perform the coating operations.
C. EXECUTION
10123/08
1. General -Manhole coating shall not be performed until replacement of manhole
covers, sealing of manhole frame and grade adjustments, partial manhole
replacement, or concrete collar construction is complete.
2. Temperature -Normal interior coatlng operation shall be performed at temperatures
of 40°F or greater. No application shall be made when freezing is expected within 24
hours . If ambient temperatures are in excess of 90°F, precautions shall be taken to
keep mixlng water below 85°F, using ice if necessary.
3. Interior Manhole Coating
a. The interior coating shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough, including the bench/trough.
b. The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure .
1) The surface preparation shall comply · with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
REHABILITATION.
2) The surface prior to application shall be damp without noticeable free
water droplets or running water. Reliner MSP material shall be spray
applied (using a manufacturer approved machine) to a minimum
uniform thickness of 1-inch minimum. Troweling shall begin
immediately following the spray application. The trowelled surface
shall be smooth with no evidence of previous void areas.
After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed with Reliner MSP material in such a
manner as to produce a bench having a gradual slope from the walls
ASC-50
PART DA -ADDITIONAL SPECIAL CONDITIONS
to the invert with the wall/bench intersection built up and rounded to a
uniform radius for the full circumference of the intersection. The
thickness of the bench shall be no less than 1-inch at the invert and
shall increase in the direction of the wall so as to provide the required
slope .
3) The final application shall have a minimum of four (4) hours cure time
before being supjected to active flow. Ambient conditions in the
manhole are adequate for curing as long as the manhole is covered.
4) Traffic shall not be allowed over manholes for 24 hours after
reconstruction is complete.
4 .. Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness shall be performed by
the contractor after operations are complete in accordance with Section DA-
21 .
b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material
shall be taken from each days work with the date , location and job recorded
on each. The cylinders shall be sent to a certified testing laboratory for
testing . A compression test will be made per ASTM C780 or ASTM C-10, as
recommended by the material manufacturer, and the results will be furnished
to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the top
of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials , equipment
and all material testing necessary to complete the work. Grouting, if necessary, shall be
included in the above unit price . Grouting of the pipe seals , bench and trough, and lower
portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or
· required to be done by the Engineer, shall be paid for separately at the Contract Unit Price.
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM
A. GENERAL
10/23/08
1. Scope
This section governs all work, materials and testing required for the application of interior
manhole coating. Manholes designated for interior coating are listed the Manhole
Rehabilitation Schedule. Interior manhole coating shall meet the requirements of
this Section or of SectionDA-12, DA-14, DA-15 , DA-16 or DA-17.
2. Description
ASC-51
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Contractor shall be responsible for the furnishing of all labor, supervision, materials ,
equipment, and testing required for the completion of interior coating of manhol.es in
accordance with the Contract Documents.
3. Manufacturers Recommendations
Materials , mixture ratios , and procedures utilized for the coating process shall be in
accordance with manufacturers' recommendations .
4 . Manholes
Manholes to be coated are of brick, block, or concrete construction . Some
manholes may have a cementitious sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
1. Scope
This section governs the materials required for completion of interior coating of
manholes .
2. Interior Coating
Quadex QM-1s and Quadex Excel proprietary pre-blended cement based synthetic
granite (Donnafill) enhanced . polypropylene fiber reinforced coatings as
manufactured by Quadex, Inc. No material (other than clean potable water) shall be
used with or added to Quadex QM-1s or Quadex Excel without prior approval or
recommendation from Quadex, Inc.
3. Material Identification
Contractor shall completely identify the types of grout, mortar, patching compounds ,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties, ease of application, and expected performance, to the satisfaction of the
Engineer.
4. Mixir,g and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personneL It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under
control at all times and are not availab[e to unauthorized personnel or animals . All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the coating
operations .
C. EXECUTION
1012310a ASC-52
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
1.. General
Manhole coating shall not be performed until replacement of manhole covers ,
seal ing of manhole frame and grade adjustments , partial manhole replacement, or
concrete collar construction is complete .
2. Temperature
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freez ing is expected within 24 hours. If
ambfent temperatures are in excess of 90°F , precautions shall be taken to keep
mixing water below 85°F , using ice if necessary.
3. Interior Manhole Coating
a. The interior coating shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough, including the bench/trough .
b. The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure.
1) The. surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
REHA~I LIATATION .
2) The surface prior to application shall be damp without no ticeable free
water droplets or running water. QM-1s material shall be spray
applied (using a Quadex Model 9000 application machine or
manufacturer approved equal) to a minimum un iform thickness of 1-
inch minimum. Troweling shall begin immediately fallowing the spray
application. The trowelled surface shall be smooth with no evidence
of previous void areas.
3) The final application shall have a minimum of four (4) hours cure time.
before being subjected to active flow . Ambient conditions in the
manhol.e are adequate for curing as long as the manhole is covered .
4) Traffic shall not be all.owed over manholes for 12 hours after
reconstruction is complete .
4 . Testing of Rehabilitated Manholes
b.
Testing of rehab ilitated manholes for watertightness shalt be performed by
the contractor after operations are complete in accordance with Section DA-
2.1.
At least two 3-inch diameter x 6-inch tall cylinders of the coating material
shall be taken from each days work with the date, location and job recorded
on each. The cylinders shall be sent to a certified testing laboratory for
ASC-53
PART DA -ADDITIONAL SPECIAL CONDITIONS
testing . A compression test will be made per ASTM C780 , and the results
will be furnished to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vert ical foot measured from the top
of the corbel or flattop to the top of the bench . The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials , equipment
and all material testing necessary to complete the work. Grouting, if necessary to stop
acUve leaks in manhole wall areas , shall be included in the above unit price . Grouting of the
pipe seals, bench and trough , and lower portion ofa particular manhole, if required by the
Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for
separately at the Contract Unit Price .
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM
A GENERAL
1.. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed on the
Manhole Rehabilitation Schedule. Interior manhole coating shall meet the
requirements of this Section or of Section DA-12, DA-13 , DA-15 , DA-16 or DA-17 .
2. Description
The Contractor shall be responsible for the furnishing of all labor, supervision,
materials, equipment, and testlng required for the completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials , mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations.
4. Manholes
Manholes to be coated are of brick, block, or concrete construction . All manholes
shall have a min imum of one-half (1/2) inch specialty cement-based coating material
(Quad ex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
8. MATERIALS
10123/08
1, Scope
This section governs the materials required for completion of interior coating of
manholes.
ASC-54
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Interior Coating
The interior coating shall be a proprietary two component, 100 percent solids, rigld
polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc.
3. Specialty Cement
The specialty cement-based coating material shaU be either Quadex QM-1s as
manufactured by Quadex, Inc. or ReJiner MSP as manufactured by Standard
Cement Materials.
4 .. Material Identification
The interior manhole coating material sprayed onto the surface of the manhole shall
be a urethane resin system formulated for the application to a sanitary sewer
environment. The spray system shall. exhibit the physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
5. Mix ing and Handling
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10 ,000 psi
550,000 psi
Mixing and handling of specialty cement material and interior coating material, which
may be toxic under certain conditions shall be in accordance with the
recommendations of the manufacturer and in such a manner as to minimize hazard
to personnel. It i.s the responsipility at the Contractor to provide appropriate
protective me.asures to ensure that materials are under control at all times and are
not available to unauthorized personnel or animals . All equipment shall be subject to
the approval of the Engineer. Only personnel thoroughly familiar with the handling of
the coating material shall perform the spray coating operations and coating
installations .
C. EXECUTION
10123/08
1. Genera.I
Manhole coating shall not be installed until sealing of manhole frame and grade
adjustments, or partial manhole replacement when required for the manhole per the
Manhole Rehabilitation Schedule, is complete.
2. Temperature
3 .
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours .
Interior Manhole Coating
ASC-55
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. The interior coating shall be applied to the manhole from the bottom of the
frame to the bench , down to the top of the trough.
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall. be accomplished by using high pressure water
spray (minimum 3500 psi at spray tip), cleaning with muriatic acid,
degreaser, or other solvents as needed in order to remove any film or
residue an the surface.
2) Place covers over the invert to prevent extraneous material from
entering the sewers.
3) Apply a minimum of one-half (1/2) inch specialty cement product
(Quadex QM-1s or ReUner MSP) smooth surface for the urethane
coating material.
4) Spray the urethane onto the manhole wall and bench/trough with a
minimum thickness of 125 mils (0.125 inches). Thickness to be
verifiable through the use of methods acceptable to the Engineer_
5) Coat trough area with specialty cement product (Quadex QM-1 s or
Reliner MSP).
1. Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 .
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Pr1ce shall be payment in
full for performing the work and for furnishing all labor, supervision, materials, equipment
and material testing required to complete the work. Grouting, if necessary, shall be
included in the above unit price. Grouting of the pipe seals, bench and trough, and lower
portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or
required to be done by the Engineer; shall be paid for separately at the Contract Unit Price.
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM
A. GENERAL
1. Scope
10/23/08 ASC-56
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
This section governs all work, materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule, listed in Secti.on I. Interior manhol.e coating shall
meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or
DA-17 .
2. Description
The Contractor shall be responsible for the furnishing of all labor, supervision,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations.
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
10/23/08
1. Scope
This section governs the materials required for completion of interior coating of manholes.
2.. Interior Coating
Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405.
3. Specialty Cement
The specialty cement-based coatJng material shaU be either Quadex QM-1 s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials.
4 .. Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choi.ce of grouting materials based on chemical and physical properties, ease of
application, and expected performance. These grouting materials shall be
compatible with Raven 405 interior coating. The contractor shall be responsible for
ASC-57
PART DA -ADDITIONAL SPECIAL CONDITIONS
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials .
5. Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are " under
control at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Coating shall be
performed only by certified applicators approved by the manufacturers.
C. EXECUTION
10123108
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments, partial manhole replacement, manhole grouting or sewer
replacemenUrepairs are complete.
2. Temperatures
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
a. Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule. The interior coating shall be applied to the manhole
from the bottom of the manhole frame. to the bench/trough , including the
bench/trough.
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1)
2)
3)
The surface preparation shall comply with the requirements of
Section DA-11 , SURFACE PREPARATION FOR MANHOLE
RESTORATION.
Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1s or Reliner MSP) .smooth surface for the
urethane coating material. ·
The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0.125 inch).
ASC-58
PART DA -ADDITIONAL SPECIAL CONDITIONS
4) After the waUs are coated, the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls.
5) The final application shall · have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active
flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur in side the manhole within 24 hours after
application.
4. Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), au visible pinholes shall. be
repaired. Repairs shall be made by lightly abradrng the surface-and brushing
the lining material over the area. All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations. Spot
check of coating thickness may be made by Owner's Representative, and the
contractor shall repair these areas as required, at no additional cost to the
Owner.
b. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
2.1 -VACUUM TESTING OF REHABILITATED MANHOLES.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
testlng necessary to complete the work. Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted .
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
A GENERAL
This section prescribes the minimum standards for the safe and efficient rehabilitation of
sewer structures, utilizing Permacast with Epoxy Uner.
B. MATERIALS
1.
10/23/08
Leak Plugging
Leak Plugging of the same or greater strength than the Liner Mix and/or chemical
grouts may be used. If water pressures are severe, the contractor may drill relief
holes at the bottom of the manhole wall to concentrate the leaks before plugging .
ASC-59
PART DA -ADDITIONAL SPECIAL CONDITIONS
2. Patching Mix
Voids which have not compromised the structure in its overall soundness must be
filled prior to lining with materials of the same or greater strength than the Liner Mix.
3. Liner Mix
Shall be densely compacted, Reliner M[crosilicate cement mortar, Quadex QM-ls ""
and Quadex Excel cement mortar, or approved equal, applied uniformly at a
minimum thickness of Yz inch. Liner Mixes shall attain strengths as follows:
Compressive ASTM C-109
Flexura.1 ASTM C-295
Elasticity ASTM C-469
24 HOURS
3500 psi
650 psi
180,000 psi
28 DAYS
10,000 psi
800 psi
1,150,000 psi
It shall be delivered in factory prepared packaging suitable for mixing with just the addition of
clean water in the prescribed dosage . No additives shall be used at the site without prior
approval.
All visible leaks must be plugged prior to applicatlon of the cementiti.ous liner with quick
setting, non-shrink hydraulic cement mortar.
C. EXECUTION
10/23108
1. Mixing
The manufacture's published technical specificatlons and directions for proportioning
and mixing shall be strictly followed by the certified applicator.
2. Equipment
Equipment shall be as recommended by the manufacturer to ensure proper mixing
and pumping of the mortar and shall be clean and in good working order according
to the manufacture 's published recommendations for safe operation. Only factory
certified workers shall · operate with a controllable retrieval method shall be used to
produce a uniform and dense appllcation without the need to trowel which can
weaken the mortar.
3. Application
Once prepared, the application shall commence, in accord with the manufacturer's
recommended procedures and in the presence of the owner's inspector in a single
application to the prescribed thickness (1/2 inch or greater) without delay or
interruption in order to produce a uniform and monolithic liner. Multiple layers with
time between for drying are not allowed. Once completed, the manhole shall be
covered to prevent a.ir drying .
ASC-60
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Testing & Verification
Testing of rehabilitated manholes for water tightness shall be performed by the
Contractor after operations are complete in accordance with Section DA-21 .
The owner's inspector shall verify the thickness with a wet gauge. Any area found to
less than the minimum prescribed thickness shall result in the minimum prescribed
thickness shall result in the immediate relining of the entire interior.
Two test cubes shall be made from each day's mix and tested for strength ·
verification .
D. CORROSION PREVENTION
1. . Preparation & Procedure
The liner shall be applied to the prepared interior as specified in proceeding sections
at % inch thickness.
2 Protective Coating
The protective coating shall be a 100% solids epoxy with no volatile organic
compounds and white in color to optimize visual inspection .
Minimum physical properties shall be:
Hardness
Tensile Strength
Compressive Strength
Flexural Strength
ASTM D-2240
ASTM D-63860
ASTM D-69544
ASTM D-79058T
· 65 Shore D
10,000 psi
15,000 psi
1,000 psi
It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before
new bacterial growth can contaminate the underlying mortar. It shall have a
minimum thickness of 125 mils and shall not run or sag during placement.
3. Safety
If personnel are required to enter the confined space during the application
procedure, each and all OSHA requirements as well as those requ ired by the.
manufacturer's material safety data sheets shall be complied with fully.
4 . Testing & Verification
The interior shall be visually inspected for thoroughness of coverage. When dry to
the touch, the entire interior shall be tested with a Tinker & Rasor holiday detector at
the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies
shall be immediately corrected and retested.
E. MEASUREMENT AND PAYMENT
1012310s ASC-61
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench . The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
testing necessary to complete the work . Payment for grouting of pipe seals , bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted .
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM
A. GENERAL
1. Scope . This section governs · all work, materials and testing required for the
application of interior manhole coating. Manholes designated for interior coating
are listed in the Manhole Rehabilitation Schedule , listed in Part 1. Interior
manhole coating shall meet the requirements of th is Section or of Section DA-12 ,
DA-13, DA-14, DA-15 or DA-16 . .
2. Description . The Contractor shall be responsible for the furnishing of all labor,
supervision , materials , equipment , and testing required for the completion of
interior coating of manholes ih accordance with the Contract Documents.
3. Manufacturers Recommendations. Materials , mixture ratios, and procedures
utilized for the coating process shall be in accordance with manufacturers
recommendations .
4. Manholes . Manholes to be coated are of brick, block, or concrete construction .
Some manholes may have a cementitious sprayed or trowelled-on coating over the
original interior surface .
8. MATERIALS
1.
2 .
3.
4.
10123/08
Scope. This section governs the materials required for completion of interior
coating of manholes .
Interior Coating . Strong-Seal Systems MS-2A ,. factory-blended, cement-based ,
fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff,
AR . No material (other than clean potable water) shall be used with or added to
Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal
Systems.
Material Identification. Contractor shall completely identify the types of grout,
mortar, patching compounds, sealant, and/or root control chemicals used and
provide case histories of successful use or defend the choice of grouting materials
based on chemical and physical properties, ease of application, and expected
performance, to the satisfaction of the Engineer. ·
Mixing and Handling . Mixing and handling of interior coating, which may be toxic
under certain conditions , shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
ASC-62
PART DA -ADDITIONAL SPECIAL CONDITIONS
responsibility of the Contractor to provide appropriate protective measures to
ensure that materials are under control at all times and are not available to
unauthorized personnel or animals . All equipment shall be subject to the approval
of the Engineer. Only personnel thoroughly familiar with the handling of the coating
material shall perform the coating operations.
C. EXECUTION:
10123/08
1. General. Manhole coating shall not be performed until replacement of manhole
covers, sealing of manhole frame and grade adjustments, partial manhole
replacement, or concrete collar construction is complete .
2. . Preliminary Repairs
a) All foreign materials shall removed from the manhole interior using high
pressure water spray (minimum 3500 psi). Loose and protruding brick ,
mortar, and concrete shall be removed using a masonry hammer and
chisel and/or scrapers . Existing roots and manhole steps shall be removed
by cutting them 1" below the surface of the manhole.
b) All. unsealed lifting holes, unsealed step holes , voids larger than
approx imately one-half (1/2) inch in thickness shall be filled with rapid-
setting, trowel-applied patching compound prior to spray application of the
MS-2A coating.
c) Active leaks shall be stopped using rapid-setting hydraulic cement products
specifically for that purpose and accordJng to manufacturer's
recommendation . Some leaks . may require grouting to stop the inflow.
Grouting shall be performed in accordance with Section . DA-20 . Contact
Strong-Seal Systems for grouting recommendations .
d) After all repairs have been completed, remove all loose material.
3. Temperature. Normal interior coating operation shall be performed at
temperatures of 40 Degrees F or greater. No application shall be made when
freezing is expected within 24 hours. If ambient temperatures are in excess of 90
Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F,
using ice if necessary.
4. Interior Manhole Coating
a) The interior coating shall be applied to the manhole from the top of the
bench/trough to the top of the corbel or flattop, including the bench/trough.
b) The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure .
(1) The surface shall be thoroughly cleaned of all foreign materials and
matter. . Cleaning shall be accomplished by using high pressure
water spray (minimum 3500 psi).
ASC-63
PART DA -ADDITIONAL SPECIAL CONDITIONS
(2) Place covers over invert to prevent extraneous material from
entering the sewer.
(3) The surface prior to application shall be damp without noticeable
free water droplets or running water . MS-2A material shall t,e spray
applied (using a manufacturer approved application machine) to a
uniform thickness of 1" minimum . Troweling shall begin immediately
following the spray application. The trowelled surface shall be
smooth with no evidence of previous void areas . ·
(4) The application shall have a minimum of four hours (4) cure time
before being subjecte.d to active normal flows. Ambient conditions in
the manhole are adequate for curing as long as the manhole is
covered .
(5) Traffic shall not be allowed over manholes for 12 hours after
reconstruction is complete.
5. Testing of Rehabilitated Manholes
a) Testing of rehabilitated manholes for water-tightness shall be performed by
the contractor after operations are complete in accordance with Section
DA-21 .
b) At least four (4) 2-inch cubes of the coating material shall be taken from
each day's work with the date, location and Job recorded on each . The
cubes shall be sent to Strong-Seal Systems , Pine Bluff, AR, for testing . A
compression test will be made according to ASTM C-109, and the results
will be furnished to the engineer and the owner.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per each manhole coated . The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials , equipment and material testing necessary to complete the
work. Grouting , if necessary to stop active leaks in manhole well areas, shall be included
ln the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of
a particular manhole , if required by the Manhole Rehabilitation Work Schedule or required
to be done by the Engineer, shall be paid for separately.
DA-18 RIGID FIBERGLASS MANHOLE LINERS
A. GENERAL
10/23/08
This item shall govern the furnishing and installation of rigid fiberglass liners in existing
brick or concrete manholes. The manholes to be rehabilitated using fiberglass liners, and
the interior diameter and depth of the liner are listed in the Manhole Rehabilitation
Schedule. The locations of these manholes are shown on the drawings . Rigid Fiberglass
Liners shall be as manufactured by L.F. Manufacturing , Inc., of Giddings, Texas;
Associated Fiberglass Engineers, of Fort Worth, Texas; or approved equal. The
ASC-64
PART DA -ADDITIONAL SPECIAL CONDITIONS
installation at each manhole shall include the preparat ion of the existing manhole to
receive the fiberglass liner, installation of the liner, grouting the annular space between
the existing structure and the liner, and backfilling around the new fiberglass corbel
section .
B. MATERIALS
1. General. Fiberglass reinforced polyester manhole liners shall be manufactured
from commercial grade polyester resin or vinyl ester resin , with fiberglass
reinforcements. All liners shall meet the requirements of ASTM 03753 and this
specification. Fillers, when used, shall be inert to the environment. The fiberglass
shall be suitable for atmospheres containing hydrogen sulfide and dilute sulfuric
acid as well as other gasses associated with wastewater collection systems .
2 . Reinforcing . The reinforcing materials shall be commercial grade E type glass in
the form of continuous roving and chop roving . The coupling agent will provide a
suitable bond between the glass reinforcements and the resin .
C. DESIGN REQUIREMENTS
10123/08
1.
2.
3.
4.
5.
Manholes shall have $Ufficient strength to withstand an AASHTO H-20 dynamic
loading. This shall be verified by acceptable test results performed in accordance
with the reference standard.
The manhole cylinder and the hemispherical reducer (corbel) shall be
preassembled at the factory into a monolithic unit by overlaying the joint with
fiberglass reinforced resin to a thickness equal to or greater than the wall
th ickness of the cylinder. Field jointing is not permitted . Corbel section shall be
concentric with respect to the larger cylinder, unless otherwise approved by the
Engineer.
The manhole cylinder shall have the minimum pipe stiffness values shown in the
table below when tested in accordance with the reference standard :
Length -Ft. F/AY -Psi
3 .0 6 .5 0.75
7.0 12 .5 1.26
13.0 20.5 2 .01
21 .0 25 .5 3.02
26.0 35.0 5.24
Diameter tolerance. Inside diameter tolerances shall be +/-1 % of the required
inside diameter.
UV Inhibitor. The exterior surface of the manhole liner shall be UV-protected using
grey pigments in the resin .
ASC-65
PART DA -ADDITIONAL SPECIAL CONDITIONS
6. Interior Surfacing Material. The inner surface exposed to the sewer environment
shall be a resin-rich layer 0.010 to 0.020 inch thick followed by a minimum of two
passes of chopped roving of minimum length 0.5 inch to maximum length of
2.0 inch, applied uniformly to an equivalent weight of 3 oz./ft2 . Each pass of
chopped roving shall be well rolled prior to the application of additional
reinforcement. The combined thickness of the inner surface and interior layer
shall not be less than 0.10 inch --. ·
7. The entire fiberglass assembly at each manhole shall be fabricated so that no
more than twelve inches of concrete adjust ing rings will be required to bring the
top of the manhole frame/cover to the required elevation.
D. CLEANING
1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous
material from entering the sewer system .
2 . Existing roots and manhole steps shall be removed by cutting them flush with the
manhole wall.
3. All foreign materials shall be removed from the manhole wall using high pressure
water spray (3500 -4000 psi). Cleaning equipment shall have a pressure gauge
that indicates the water pressure being used .
E. PRELIMINARY REPAIRS
1. Active leaks shall be stopped using City-approved products specifically formulated
for that purpose and according to manufacturer's recommendation . Some leaks
may require exterior grouting to stop the inflow. Grouting shall be performed in
accordance with Section DA-20 -PRESSURE GROUTING.
2. After all repairs have been completed , all loose materials shall be removed from
the manhole. No material shall be allowed to enter the sewer system .
F. INSTALLATION PROCEDURES
10/23/08
Excavate around the top of the existing manhole and remove the manhole frame and
cover, brick or concrete adjustments, and corbel section . If the existing manhole is
poured concrete , the corbel section shall be removed using methods which will not
damage the lower manhole barrel. Brick and precast concrete corbels shall be removed
to the top of the manhole barrel section
After cleaning and preliminary repairs are completed on the existing manhole, the rigid
fiberglass liner shall be installed in accordance with the construction drawings.
The bottom of the manhole liner shal l be cut to fit the existing manhole base and pipe
entrances. Cuts shall be accurately made with a suitable power saw.
The manhole liner shall be lowered into the existing manhole and set into wet, Class D
concrete mix on the benches. A good bottom seal shall be obtained in order to prevent
ASC-66
PART DA -ADDITIONAL SPECIAL CONDITIONS
loss of grout from the annular space between the outside of the manhole liner and the
interior of the existing manhole . A 6-inch lift of quick-setting grout shall be placed above
the initial bottom seal to ensure adequacy of the bottom seal. Existing pipes shall be
bridged with short lengths of PVC or fiberglass pipes and sealed as detailed in the
construction drawings .
The annular void between the manhole liner and the existing manhole shall be filled with a
4,000 psi at 28-days strength cementitious grout mixture. The grout mixture shall consist
of Portland cement and sand . The actual design mix showing the proportions of each
component and admixtures, if any, shall be submitted to the Engineer for approval.
Cellular grouts containing the same materials as cementitious grout, blended with pre-
. generated aqueous foam to form macroscopic non-interconnected air cells uniformly
distributed throughout the grout may also be used . Foam shall be added onsite by an
experienced foam contractor.
After the annulus and perimeter of the manhole liner is grouted, concrete adjustment rings
shall be placed on top of the liner corbel section to bring the frame and cover to finish
grade . Seal adjustment rings and frame per Section DA-10 requirements .
The manhole corbel section shall be backfilled with sand or granular material as
recommended by the manufacturer and approved by the City . The remaining excavation
· shall be backfilled as required in Section D-24, Trench Excavation , Backfill and
Compaction . A concrete collar shall be constructed if required in the Manhole
Rehabilitation Schedule .
G. TESTING
After the manhole liner installation is complete and all adjustment rings and the frame and
cover are installed , the manhole shall be vacuum tested as required by Section DA-21,
VACUUM TESTING OF REHABILITATED MANHOLES . Any leakage into the manhole
shall be stopped.
H. MEASUREMENT AND PAYMENT
1. The Contract Unit Price for rigid fiberglass manhole inserts shall include all labor,
equipment, and materials necessary for the complete construction of the manhole
insert, including backfilling. The pay quantity shall be measured from the bottom
of the fiberglass barrel section to the top of the fiberglass corbel.
2. Payment for exterior grouting of manhole walls necessary to stop infiltration will be
at the Contract Unit Price for manhole grouting.
3. Payment for step removal, furnishing and sealing concrete adjusting rings and the
ring and cover, and concrete collar, will be at the applicable Contract Unit Prices .
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION
A. GENERAL
10/23108
This item shall govern the furnishing and installation of a plastic liner integrally cast into
concrete cast within the existing manhole structure. The concrete shall have a nominal
ASC-67
PART DA -ADDITIONAL SPECIAL CONDITIONS
thickness of 3-inches placed by using an internal form system that can be installed without
excavation or removing portions of the manhole . The manholes to be rehabilitated using
PVC lined concrete wall reconstruction and the interior diameter and depth of the liner are
listed in the Manhole Rehabilitation Schedule . The locations of these manholes are
shown on the drawings .
B. MATERIALS
The forms used for placing the concrete shall be segmented, stackable steel forms having
cylindrical and conical sections. The forms shall be shaped to accommodate placement
of concrete in manholes with eccentric cones, concentric cones, or flattop ceilings . When
assembled , the forms shall be of sufficient stiffness and strength to prevent shifting or
collapse during the placement and curing of the concrete. The assembled forms shall
have sufficient size to provide the maximum interior manhole space while providing the
minimum required concrete wall thickness .
Concrete shall be Class F concrete (4000 psi @ 28-day) with a coarse aggregate no
greater than 5/8 inch. Fibermesh fibers (1-1/2 lb/cy of concrete), anti-bacterial agent (Con
Shield or equal), and a superplasticizer shall be added to the concrete on-site prior to
placing the concrete in the forms.
The plastic liner shall be Amer-Plate 95Y T-Lock as manufactured by Ameren Corrosion
Control Division , Brea, California or equal. The minimum thickness shall be 65 mils.
C . CLEANING
1. Covers (screens) shall be placed over the pipe inverts to prevent extraneous
material from entering the sewer system.
2 . Existing roots and manhole steps shall be removed by cutting them flush with the
manhole wall.
3 . All foreign materials shall be removed from the manhole wall using high pressure
water spray (3500 -4000 psi). Cleaning equipment shall have a pressure gauge
that indicates the water pressure being used .
D. PRELIMINARY REPAIRS
1. Active leaks shall · be stopped using City-approved products specifically
formulated for that purpose and according to manufacturer's recommendation.
Some leaks may require exterior grouting to stop the inflow. Grouting shall be
performed in accordance with Section DA-20 -PRESSURE GROUTING .
2. After all repairs have been completed, all loose materials shall be removed from
the manhole. No excess material shall be allowed to enter the sewer system.
E. INSTALLATION PROCEDURES
10/23108
A section of PVC pipe or fiberglass pipe shall be inserted in each pipe inleUoutlet to
extend the existing connection through the new concrete wall. The pipe shall be installed
ASC-68
PART DA -ADDITIONAi:.. SPECIAL CONDITIONS
as shown on the construction drawings . All pipe inlets/outlets shall remain active during
the manhole rehabilitation unless otherwise specified .
Internal forms shall be properly sized, installed , and braced to allow for the installation of
the new concrete wall. The wall shall have a minimum thickness of 3-inches and shall
extend from the manhole bench to the top of the cone section . The wall shall generally
conform to the existing interior dimensions of the structure and shall provide the
maximum allowable diameter based on the existing dimensions. If the proposed wall will
reduce the diameter of the barrel section to less than 42-inches or the chimney section to
less than 20-inches, the thickness of the proposed wall may be reduced to 1 %-inches .
This change must be approved by the Engineer prior to construction.
Prior to placement of the concrete, the forms shall be sealed and finished at the manhole
base with concrete grout to prevent concrete from entering the sewer during the
installation of the concrete. The plastic liner shall be placed on the exterior of the forms
so that when the concrete is placed an integral lock between the liner and the concrete is
provided. Sheets of the liner shall be preformed and factory welded, and cut to fit curved
surfaces using the minimum number of separate pieces. The concrete shall be placed to
ensure that it makes complete contract with the plastic lined form and fills all pockets,
seams, and cracks within the annular space. Vibration of the concrete may be used, but
cannot be so excessive that segregation of the concrete components occurs. After the
concrete has been placed and has sufficiently cured, seams in the plastic liner shall be
welded by an experienced PVC liner welder using only manufacturer's approved methods
and techniques.
The welding operation of any joint shall be continuous until that joint has been
completed . The welding strip shall be centered over the cleaned surfaces to be joined ,
and fused across its entire width using a hot air welding gun producing temperatures
ranging between 500 F and 600 F.
F. TESTING
After the PVC liner and concrete wall reconstruction and all additional work is complete,
the manhole shall be vacuum tested, as required by Section DA-18, Testing of
Rehabilitated Manholes . If the vacuum test fails, the plastic .liner may be required to be
spark tested at 10,000 volts with a holiday-detector. Any pinhole discovered shall be
rewelded and retested.
G. MEASUREMENT AND PAYMENT
1.
2.
3.
10/23/08
The price bid for PVC Lined Concrete Wall Reconstruction shall include all labor,
equipment, and materials necessary for the complete reconstruction of the
concrete wall. The payment length for this item shall be measured from the top of
the manhole bench to the bottom of the manhole frame .
Payment for exterior grouting of manhole walls necessary to stop infiltration shall
be paid for at the Contract Unit Price for manhole grouting.
Payment for step removal, if required, will be paid for at the Contract Unit Price for
step removal.
ASC-69
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-20 PRESSURE GROUTING
A GENERAL
1. Scope. This Section governs all work, materials and testing required for the
pressure grouting of manhole defects . Manholes or sections of manholes with active
leaks shall be repaired as indicated in the Manhole Rehabilitation Schedule.
2. Description.:. The Contractor shall be responsible for the furnishing of all labor,
supervision, materials , equipment, and testing required for the completion of
pressure grouting of manhole defects in accordance with the Contract Documents.
3 . Manufacturer's Recommendations . Materials, additives, mixture ratios , and
procedures utilized for the grouting process shall be in accordance with
manufacturer's recommendations.
4 . Manholes. Manholes to be grouted are of brick, concrete , or fiberglass construction .
A MA TE RIALS
10123/08
1. Grouting Materrals:
a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or
equal shall be a hydrophilic polymer. The chemical shall be mixed within the
range of from 8 to 1 O parts of water and shall contain a reinfordng agent
supplied by the same manufacturer. The material shall gel and cure to a
tough flexible elastomeric conditi.on. When wet, the gel shall exhibit strength
properties of at least 25 psi tensil.e at 150 percent elongation. The material
shall not change in linear dimension more than eight percent when subjected
to wet and dry cycles .
b. The chemical grout shall be applied so as to have. the grout material flow
freely into the defects . To avoid any wastage of the material flowing through
the defects, a gel control agent may be added . The following properties shall
be exhibited by the grout:
1)
2)
3)
4)
5)
Documented service of satisfactory performance in similar usage.
Controllable reaction times and shrinkage through the use of
chemicals supplied by the same manufacturer. The minimum gel set
time shall be established so that adequate grout travel is achieved .
Resistance to chemicals; resi.stant to most organic solvents , mild
acids and alkali .
Compressive recovery return to original shape after repeated
deformation . ·
The chemical shall be essentially non-toxic in a cured form.
ASC-70
1.
2.
3.
4.
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
6) Sealing material shall not be rigid or brittle when subjected to dry
atmosphere. The material shall be able to withstand freeze/thaw and
moving load conditions.
7) Sealing material. shall be noncorrosive.
a. A re inforcing agent such as Scotch-Seal Brand 5612 reinforcing agent or
equivalent shall be utilized in accordance with manufacturer's
recommendations . Any 5612 reinforcing agent which contains lumps must
be discarded. Care must be taken to be sure that the pH of the water in the
tank is from 5 to 9. As a precaution against the possibility of the pH being
outside this range, take a small amount of water from the tank to which Gel
Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test
sample. Scotch-Seal Brand Gel Reinforcing Agent 5612 should disperse
readily. If precipitation occurs , drain the tank and retest. Repeat as
necessary until dispersion occurs. If dispersion does not occur, do not use.
the water source .
b. A filler material such as Celite 292 (diatomaceous earth) from Johns
Mansville or equivalent shall be utilized. The addition of the filler material
shall not exceed the quantity spe.cified by the manufacturer, and continuous
agitation of the water sfde of the mixture is required. The filler material may
also be · utilized as a reinforcing agent in accordance with the urethane gel
grout manufacturer's recommendations.
Additives: Grout additions m,w be utilized for catalyzing the gel reaction, inhibiting
the gel reaction , buffering the solution, lowering the freezing temperature of the
solution, acting as a filler, providing strength or for inhibition of root growth.
Root Control: A root inhibiting chemical such as dfchlobenil shall be added to the
chemical grout mixture at a safe level of concentration and shall have the ability to
remain active within the grout for a minimum of 12 months.
Material Identification: Contractor shall completely identify the types of grout, mortar,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties, ease of application, and expected performance, to the satisfaction of the
Engineer.
Mixing and Handling : Mixing and handling of chemical grout and forming
constituents, which may be toxic under certain conditions shaU be in accordance with
the recommendations of the manufacturer and in such a manner as to minimize
hazard to personnel. It is the responsibility of the Contractor to provide appropriate
protective measures to ensure that chemicals or gels produced by the chemicals are
under control at all times and are not available to unauthorized personnel or animals .
All equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the grout material and additives shall perform
the grouting operations .
ASC-71
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
10/23/08
1. General. Manhole grouting shall not be performed until sealing of manhole frame
and grade adjustments , partial manhole replacement , or manhole re.pairs are.
complete.
2. Preliminary Repairs :
a. Seal all unsealed lifting holes, unsealed step holes , voids larger than
approximately one-half (1/2) inch in thickness . All cracked or deteriorated
material shall be removed from the area to be patched and replaced with
Octocrete , as manufactured by IPS Systems , Inc. or equal, in accordance
with manufacturer's speclfications.
b. Cut and trim all roots within the manhole .
3. Temperature.:. Normal grouting operations including application of interior coating
shall be performed in accordance with manufacturer's recommendations .
4. Grouting Material Usage. Grouting of the manhole may include corbel, wall, pipe
seals, manhole joints, wall to flattop joint, and/or bench/trough. Areas of the
manhole designated to be grouted will be directed by the Engineer. If entire
manhole is scheduled for grouting, grouting shall include. the entire manhole
including corbel , wall , pipe seals and bench/trough . Pipe seal grouting shall include
all pipe seals in the specified manhole and grout ing of the specified manhole
including the bench/trough to the maximum height of 18 inches from the crown .
5. Drilling and Injection :
6.
a. 'injection holes shall be drilled through the manhole wall at locations indicated
in the appropriate detail(s).
b. Grout shall be injected through the hol.es under pressure with a suitable
probe . lnjectlon pressure shall not cause damage to the manhole structure
or surrounding surface features. Grout shall be injected through the lowest
holes first. The procedure shall be repeated until the manhole is externally
sealed with grout.
c. Grouting from the ground surface shall not be allowed.
d. Grout travel shall be verified by observation of grout to defects or adjacent
injection holes. Provide additional injection holes, if necessary, to ensure
grout travel.
e. Injection holes shall be cleaned with a drill and patched with a waterproof
quick setting mortar for brick and concrete manholes.
Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water
tightness shall be performed by the Contractor in the presence of the Engineer in
ASC-72
PART DA -ADDITIONAL SPECIAL CONDITIONS
accordance with the requirement of Section DA-21 , VACUUM TESTING OF
REHABILITATED MANHOLES of these specifications .
D. MEASUREMENT AN D PAYMENT
If the entire manhole is grouted , the Contract Unit Price shall be per vertical foot grouted as
indicated on the Manho le Rehabilitation Schedule included in these specifications or as required by
the Engineer.
Payment for grouting pipe seals , bench and trough, and 18 inches above crown of pipe , and
grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole
rehabil itated as indicated on the Manhole Rehabilitation Schedule . The Contract Unit Price shall be
payment in full for performing the work and for furnishing all labor, supervision , materials,
equipment, preliminary repairs and testing necessary to complete the work including grouting with
urethane grout.
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES
A. GENERAL
Scope. This section describes manhole testing to effectively confirm the watertight integrity of
existing manholes following structural ,infiltration and inflow related repairs and that the appearance
of the work is acceptable.
Description :
Infiltration may be observed in manhole defects at manhole walls , pipe seals or bench/trough areas.
lnfiltraUon related repa [rs are intended to eliminate leakage of groundwater into manholes.
Inflow may be observed in manhole defects at manhole frames, covers , frame seals , grade .
adjustments , grade adjustment seals, corbels, or walls . Inflow related repairs are intended to
eliminate sources of surface water entry that become active during rainfall events:
Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may
include defects in any manhole components but not displaying 1/1 .
Testing, Observations and Guarantee Periods :
The testing required shall be performed by the Contractor at locations designated by the Engineer
and documented ta the satisfaction of the Engineer.
Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods
of high groundwater or during inflow conditions shall be subject to additional repairs. The Contractor
shall be responsible for all additional repairs required on these unsatisfactory .manholes during the
guarantee period. · · ·
All manhole rehabilitation work shall be warranted to be fre.e of defects and of good workmanship
for a minimum of three (3) years from the date of final acceptance of the project. Any manhole
repairs completed by the Contractor which fail during the warranty period shall be repaired to the
satisfaction of the City at no additional cost to the City. ·
10/23/08 ASC-73
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. MATERJALS -Not specified .
C. EXECUTION
Infiltration Testing~
All interior coated manholes and all partial replacement manholes shall be observed (tested) by the
Contractor in the presence of the Eng ineer for sources of infiltration . Observations will be made
during high groundwater conditions, wherever possible.
Manholes shall be tested after installation with all connections (existing and/or proposed) in place.
Drop-connections and gas sealing connections shall be installed prior to testing . The lines entering
the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn
into the manhole. The plugs shaH be installed in the lines beyond drop-connections , gas sealing
connections , etc. The test head shalt be placed inside the frame at the top of the manhole (so that
the manhole frame seal is tested) and inflated in accordance w ith the manufacturer's
recommendations. A vacuum of 1 O inches of mercury shall be drawn, and the vacuum pump will be
turned off. With the valve closed , the level of vacuum shall be read after the required test time. If
the d rop in the level ·is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury),
the manhole will have passed the vacuum test. After a successful. test, the temporary plugs will be
removed . The required test Ume is determined from Table I.
Table I
MINIMUM TIME REQUIRED FOR A VACUUM DROP
OF 1" H9 (1 O"H 9 -9"H 9 ) (SEC)
DEPTH OF M.H . 48-lnch Dia . 60-lnch Dia .
(FT.) Manhole Manhole
8 20 sec. 26 sec.
10 25 sec. 33 sec.
12 30 sec. 39 sec.
14 35 sec. 45 sec.
16 40 sec. 52 sec.
18 45 sec. 59 sec.
** T=5 sec. T=6.5 sec.
72-lnch Dia .
Manhole
33 sec.
41 sec .
49 sec.
57 sec.
67 sec.
73 sec.
T=8 sec.
**For all Manholes over 18 feet in depth, add 11T 11 seconds as shown for each respective diameter
for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example:
A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds.
45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924:·85).
Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9-
inches of mercury) will have failed the test and wm require additional rehabilitation. The Contractor
shall make the necessary repairs to the already completed rehabilitation work. at no additional
compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not
on the manhole rehabilitation schedule for that manhole, this additional work may be authorize9 by
the Owner's Representative. After completion of the additional rehabilitati.on the manhole shall then
be re-tested as described above until a successful test is made. Only one payment for manhole
vacuum testing will be made on each manhole.
Vacuum testing is required on all manholes having interior rehabilitation .
1012310a ASC-74
PART DA -ADDITIONAL SPECIAL CONDITIONS
Inflow Testing :
All partially rehabilitated manho.les shall be dyed water tested unless the manhole has successfully ·
. passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer.
The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed
water shall be applied for at least ten minutes.
Manholes observed to be actively leaking greater than one drip per five seconds will have failed the
test and will not be acceptable. Manholes failing the test will require additional rehabilitaUon by the
Contractor at no additional compensation .
Other Testing :
One (1) rehabilitated manhole wili be randomly selected for further te.sting. A laboratory selected by
the City will take core samples of wall sections of manholes with wall coatings. Testing of the core
samples will be done to evaluate material thickness, compressive strength, flexural strength and ·
slant shear bond strength. The following are the minimum required strengths for cementitious and
non-cementitious wall coatings:
Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall
meet or exceed a minimmn 28-day break of 4,000 psi.
Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a
minimum 28-day break of 1,200 psi.
Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and
shall meet or exceed a minimmn 28-day break of 2,400 psi.
If the manhole tested fails to pass any of these requirements , another manhole shall be selected and
tested. If the second manhole fails, the City may, at its option, stop work W1til the Contractor can
provide assurance that testing requirements can be met.
Guarantee:
Contractor shall warrant that the workmanship and materials are free from de.fects and that the
manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final
acceptance of the project.
D. MEASUREMENT AND PAYMENT
Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhol.e
Vacuum Test actually performed and passed and the appearance of the completed manhole is
visually acceptable. Payment shall be full compensation for all labor and materials necessary to
complete each test No payment wi.11 be made for additional vacuum tests or any dyed water
testing.
10/23/08 ASC-75
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment for manhole co re testing , includ ing all labor and materials necessary to complete each
test , shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed
and passed .
DA-22 FIBERGLASS MANHOLES
A DESCRIPTION :
Th is item shall govern the furnishing and installation of fiberglass manholes . The location
of these manholes are shown on the draw ings .
Each manhole shall be a one-piece unit manufactured to meet or exceed all specifications
of ASTM D-3753 , latest edition , as manufactured by L.F . Manufacturing , Inc ., Giddings ,
Texas , or approved equa l. All manholes shall be "heavywall", % inch minimum wall
th ickness ..
B. GENERAL
10/23/08
1. Resin : The resins used shall be a commercial grade unsaturated polyester resin
or other suitable polyester or vinyl ester resin .
2. Reinforcing Materials : The reinforcing materials shall be commercial Grade "E"
type glass in the form of continuous roving, and chop roving , having a coupling
agent that will provide a suitable bond between the glass reinforcement and the
resin .
3 .
4 .
5 .
Interio r Surfacing Material: The inner surface exposed to the chemical
environment shall be a resin -rich layer of 0.010 to 0.020 in . thick . The inner
surface layer exposed to the corrosive environment shall be followed with a
minimum of two passes of chopped roving of minimum length 0.5 in. (13mm) to
maximum length of 2.0 in . (50 .8 mm) and · shall be applied uniformly to an
equivalent weight of 3 oz/ft . Each pass of chopped roving shall be well-rolled prior
to the application of additional reinforcement. The comb ined thickness of the inner
surface and interior layer shall not be less than 0.10 in . (2.5 mm)
Wall Construction Procedure : After inner layer has been applied the manhole wait
shall be constructed with chop and continuous strand filament wound
manu f acturing process which insures continuous reinforcement and uniform
strength and composition . The cone section, if produced separately , shall be
affixed to the barrel section at the factory with resin-glass reinforced joint resulting
in a one piece unit. Seams shall be fiberglassed on the inside and the outside
using the same glass-resin jointing procedure. Field jo ints shall not be acceptable
by anyone .except the manufacturer.
Exterior Surface: For a UV inhibitor the resin on the exterior surface of the
manhole shall have gray pigment added for a minimum thickness 0.125 in .
ASC-76
PART DA -ADDITIONAL SPECIAL CONDITIONS
6. Stubouts and Connections : Stubouts shall be installed at locations shown on the
drawings . Installation of SOR 35 PVC sewer pipe shall be performed by sanding,
priming, and using resin fiber-reinforced hand layup. The resin and fiberglass
shall be same type and grade as used in the fabrication of the fiberglass manhole.
Kor-N-Seal boots for each pipe connection shall be installed by manhole
manufacturer using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing
surface .
7. Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms . Bottom
shall have a minimum of three 1 % in. deep x 3% in . wide stiffening ribs completely
enclosed with resin fiber-reinforcement and have a minimum 3 in. anti-flotation ring
as shown on the drawings. Manhole bottom shall be a minim1.Jm of 5/16 in. thick.
8. Fillers and Additives: Fillers, when used, shall be inert to the environment and
manhole construction. Sand shall not be accepted as an approved filler.
Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as
required by the specific manufacturing process to be used to meet the
requirements of this standard. The resulting reinforced-plast[c material shall meet
the requirements of this spec[fication.
C. MANUFACTURE :
Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber-
reinforced polyester resin using a combination of chop and continuous filament wound
process .
1. · Interior Access: All manholes shall be designed so that a ladder or step system
can be supported by the installed manhole . Manhole steps will not be required,
however.
2. Manway Reducer: Manway reduces will be concentric with respect to the larger
portion of the manhole diameters through 60 inches.
3. Cover and Ring Support: The manhole shall provide an area from which a grade
rings can be installed to accept a typical metal ring and cover and have the
strength to support an H-20 traffic load without damage to the manhole.
D. REQUIREMENTS:
1.
2 .
10123/08
Exterior Surface: The exterior surface shall be smooth with no sharp projections.
Hand-work finish will be acceptable as long as enough resin is present to eliminate
fiber show. The exterior surface shall be free of blisters larger than 0.5-inch
diameter, delaminatlon or fiber show.
Interior Surface: The interior surface shall· be resin rich with no exposed fibers.
The surface shall be free of crazing, delamination, blisters larger than 0.5-inch
diameter and wrinkles of 0.125-inch or greater in depth. Surface pits shall be
permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch
deep. Voids that cannot be broken with finger pressure and that are entirely below
ASC-77
PART DA -ADDITIONAL SPECIAL CONDITIONS
the resin surface shall be permitted if they are less than 0 .5-inch diameter and less
than 0.0625 -inch th ick.
3. Repairs : All manhole repairs by the manufacturer shall result in a product which
meets all requirements of this specification. Field repair of manholes will not be
allowed .
4 . Diameter Tolerance : Tolerance of inside diameter shall be +/-1% of required
manhole diameter.
5. Load Rating : The complete manhole shall have a minimum dynamic-load rat ing of
16,000 !bf. when tested in accordance with ASTM D-3753 8.4 (note 1). To
establish this rating the complete manhol.e shall not leak, crack, or suffer other
damage when load tested to 40 ,000 lbf. and shall. not deflect vertically downward
more than 0 .25-inc at the point of the load application when loaded to 24,000 lb.
6 . Stiffness: The manhole cylinder shall have the minimum plpe-st[ffness values
shown in table below when tested in accordance with ASTM D-3753 8 .5 (note 1).
HEIGHT-FT.
3-6.5
7 -12 .. 5
F/AY-PSI
0.75
1.26
7 . Soundness : In order to determine soundness , apply an air or water pressure test
to the manhole test sample . Test pressure shall. not be less than 3 psig or greater
than 5 psig. While holding at the established pressure , inspect the entlre manhole
for leaks. Any leakage through the laminate is cause for failure of the test. Refer
to ASTM D-3753 8.6 .
8 . Chemical Resistance : The fiberglass manhole and all related components shall, be
fabricated from corrosion proof material suitable for atmospheres containing
hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with
the wastewater collection system .
E. PHYSICAL PROPERTIES:
1. Tensile Strength (psi)
2. Tensile Modules (psi)
3 . Flexural Strength (psi)
4. Flexural Modules (psi)
5. Compressive (psi)
Hoop Direction
18 ,000
6 0.6 X 10
26,000
1.4 X 106
18,000
Axial Direction
5 ,000
0 .7 X 106
4,500
0.7 X 106
10,000
F. QUALITY CONTROL:
10/23108
Each completed manhole shall be exam ined for dimensional requirements, hardness, and
workmanship . All required ASTM D-3753 testing shall be completed and records of all
testing shall be kept and copies of test records shall be presented to customer upon
formal written request within a reasonable time period.
ASC-78
PART DA -ADDITIONAL SPECIAL CONDITIONS
G . As a basis of acceptance the manufactu rer shall provide an independent certification
wh ich consist of a copy of the manufacturer's test report and accompanied by a copy of
the test results that the manhole has been sampled, tested, and inspected in accordance
with the provisions of this specification and meets all requireme nts.
H. SHIPPING AND HANDLING :
The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a
4 " x 4" x 30 " t imber into the top of manhole with cable attached or by a sling or "choker"
connection around center of manhole , lift a.s requ ired . Use of cha i ns or cable.s in contact
with the manhole surface is prohibited.
I. CONCRETE:
1. F iberg lass Bottom: Class F Concrete shall be used to form bench area and invert.
Class E Concrete sha ll be used on top of anti-flotation ring and around the reduce
section as required for buoyancy and as shown on the drawings.
2. Concrete Bottom : Lower manhole into wet concrete unt il it rests at the proper
elevation, with a min imum of 4 inches of fiberglass manhole inserted into the wet
concrete below flow line , then move manhole to plumb. The concrete shalt extend
a min imum of one f oot from the outside wall of the manhole and a minlmum of 6
inches above incoming lines. On the inside concrete shall form . the bench and
invert area and rise a minimum of 4 inches above incoming lines. Concrete collars
shall be constructed around reducer section at locations shown on the drawings.
J . BACKFILL:
1. Backfil l Material: Unless shown otherwise on drawings and approved by the
Engineer, sand , crushed stone, or pea gravel shall be used for backfill around the
manhole for a min i mum distance of one foot from the outside surface and
extending from the bottom of the excavation to the top of the reducer section .
Suitable materia l chosen from the excavation may be used for the rema inder of
the backfill. The materia.l chosen shall be free of large lumps or clods , which wiU
not readily break down under compaction . This material will be subject to approval
by Engineer.
2 . Backfill shall be placed in layers of not more than 12 loose measure inches and
mechanically tamped to 95% Standard Proctor Density, unless otherwise approved
by Engineer. Flooding will not be permitted. Backfill shall be placed in such a
manner as to prevent any wedging action against the fiberglass manhole structure.
K. MARKING AND IDENTIFICATION :
10123108
Each manhole shalt be marked on the inside and outside with the following information :
1.
2.
3.
Manufacturer's name or trademark
Manufacturer's factory location
Manufacturer's seria l number
ASC -79
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Total height
5 . Complies with ASTM D-3753
L. MEASUREMENT ANDPAYMENT:
1. The price bid for new/ replacement manhole installations shall include all labor,
equipment and materials necessary for construction of the manhole including but
not lim ited to joint sealing, 11ft hole sealing and exterior surface coating , concrete
base, concrete invert, connections to sewer pipes, castings, backfill, unpaved
surface restoration , and all appurtenant work. Payment shall not include pavement
replacement , which if required , shall be paid separately.
2 . Payment for concrete collars and watertight manhole inserts, if required , will be
made separately, based on the appropriate bid items.
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 be.fore 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 (w ithin same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly. The following are utility contact
persons:
Company
Fort Worth Water Dept.
ATMOS Gas
TXU Electric
SWBT
Charter Communications
Fort Worth Transportation and Public Works
For other facilities
Telephone Number
817 -392-8296
1-866-332-8667
1. -800-242-9113
1-800-395-0440
817-246-5538
817 -392-6594
1-800-DI G-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.
10/23/08 ASC-80
PART DA -ADDITIONAL SPECIAL CONDITIONS
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter , or in like kind , as governed by the standard City Specifications, Item No ..
104 "Removing Old Concrete", Item No. 502 "Concrete Curb and Gutter'', and Drawing Nos. S-S2
through S-S4 .. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the
Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to
removaL Included, and figured subsidiary to this unit price, will be the required sawcut excavation,
as per specification Item No. 106 "Unclassified Street Excavation", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9" out from the gutter lip, with same day
haul-off of the removed material to a suitable dump site . The street vo id shall be filled with
H.M.A.C . "Type on mix as per specification No. 300 "Asphalts, Oils and Emulsions", Item No . 304
"Prime Coat" and Item No . 312 "Hot Mix Asphaltic Concrete " and compacted to standard City
densities and top soil as per specification item No. 116 "Top Soil ", if needed, shall be adde.d and
leveled ta grade behind the curb . Existing improvements within the parkway such as water
meters, sprinkler system, etc . damaged during construction shall be replaced with same or better
at no cost to the City .
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion. If the contractor fails to complete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day.
The unit price bid per linear foot shall be full compensation for all materials, labo.r, equipment and
incidentals necessary to complete the work.
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site. For .
specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 50411
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No.
S-S5 of the Standard Specifications.
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the work.
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
The contractor shaU 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
10/23/08 ASC-81
PART DA -ADDITIONAL SPECIAL CONDITIONS
vert ically and all fa il ed and loose material excavated . As a part of the excavation process , all
unsat isfactory base material shall be removed , if required , to a depth sufficient to obtain stable
sub-base . The total depth of excavat ion could range from a couple of inches to incl ude 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 complet ion of removal as outlined above , the contractor shall place the
permanent pavement patch , with 1'Type D'' surface mix. This item will. always be used even if no
base improvements are required . The proposed H.M.A.C. repa ir shall match the existing
pavement section or the depth of the failed material, whichever is greater. However, the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C . pavement thickness
will not exceed 6". Before the patch layers are applied, any loose material , mud and/or water shall
be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces . Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth , made in
preparation to accept the recycl ing process.
All applicable provisions of Standard Specification Item Nos. 300 "Asphalts , Oils, and Emulsions",
304 "Prime Coat", and 312 ''Hot-Mix Asphattic Concrete" shall govern work .
The unit price bid per cubic yard shall be full compensat ion for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-27 GRADED CRUSHED STONES
This item shall be used to repa ir 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
A. Description
10/23108
This item shall consist of milling the existing pavement from the lip of gutter at a depth of
2" and transition ing to match the existing pavement (Q" cut) at a minimum width of 5'. The
existing pavement to be milled will either be asphalt, concrete, or brick pavement. The
removal and disposal of the milled materials shall be as directed by the Engineer. The
mil.led surface shall provide a smooth surface free from gouges 1 ridges , oil. film , and other
imperfections of workmanship and shall have a uniform textured appearance . In all
situations where the exi sting H.M.A.C . surface contacts the curb face the wedge milling
shall include the removal of the existing asphalt covering the gutter up to and along the
face of curb.
The wedge milling operations for this project will be performed in a continuous manner
along bath sides of the street. Details of milllng locations are at the back of this document.
ASC-82
PART DA -ADDITIONAL SPECIAL CONDITIONS
Contractor is required to begin the overlay, within five (5) calendar days from the date of
the wedge milling completion of any one street. Should the contractor fail to meet this
condition, the wedge milling will be shut down, and liquidated damage of $500 .00 per day
per street will be assessed until all wedge milled streets are overlayed. The overlay, once
begun on a street shall continue uninterrupted until complete.
The Contractor shall haul-off the removed material to a suitable dump site.
B. Equipment
The equipment for removing the pavement surface shall be a power operated milling
machine or other equal or better mechanical means capable of removing, in either one
pass or two passes , the necessary pavement thickness in a five-foot minimum width . The
equipment shall be self-propelled with sufficient power, traction and stability to maintain
accurate depth of cut and slope .
The machine shall be equipped with an integral loading and reclaiming means to
immediately remove material being cut from the surface of the roadway and discharge the
cuttings into a truck, all in one operation. Adequate back-up equipment (mechanical street
sweepers, loaders, water truck, etc .) and personnel will also be provided to keep flying
dust to a minimum and to insure that all cuttings are removed from street surface daily .
Stockpiling of planed material will not be permitted on the project site unless designated
by the Engineer. The machine shall be equipped with means to control dust created by
the cutting action and shall have a manual. system providing for uniformly varying the
depth of cut while the machine is in motion thereby making it possible to cut flush ta all
inlets, manholes , or other obstructfons within the paved area . The speed of the machine
shall be variable in order to leave the desired grid pattern specified under Surface
Texture.
The unit price. bid per linear feet shall be full compensation for all labor,, materiaC
equipment , tools, and incidentals necessary to complete the work.
DA-29 BUTT JOINTS -MILLED
A Description:
This item requires the contractor to mill "butt Joints!' into the existing surface , in
association with the wedge milling operation to the depth and at locations as described
below. The butt joint will provide a full width transition section, whereby the new overlay
shall maintain constant depth at the point the new overlay is terminated and the new
surface elevation matches the existing pavement. The construction activities, performance
standards and equipment needed for the butt joints milling operations shall be governed
by the special provisions of Pay Item Na. 9 -Wedge Milling. The configuration of the butt
joints is described in more detail below. General details of butt joint locations -along with
wedge milling in general -are shown in plan form at the back of this document.
B. Construction Details
1012310a ASC-83
PART DA -ADDITIONAL SPECIAL CONDITIONS
Pr ior to the milling of the butt joints, the Contractor shall consult with the Construction
Engineer for proper location of these joints and verify that the selected limits of the
projects' street are correct.
The general locations for butt joints are at all beginning and ending po ints of streets listed
in the project and as more graphically detailed at the back of this specification book. The
joints are also required on both sides of all railroad tracks and concrete valley gutters ,
bridge decks and culverts and all other items which transverse the street and end the
continuity of the asphalt surface . Each butt joint shall be 20 feet long and milled out
across the full width of the street section to a tapered depth of 2". This milled area shall be
tapered within the 20 feet to a depth from 0'' to 2" at a line adjacent to the beginning and
ending points or intermediate transverse items. This butt joint -when overlayed -will
consist of a asphalt section that will transition the new overlay to match the existing
pavement elevation.
The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a
smooth ride over the bump.
C. Measurement and Payment
Butt joints as prescribed above, will be measured by the unit of each butt joint milled . The
disposal of excess material involved will not be measured for payment.
Each butt joint-milled, measured as above , complete-in place-in accordance with these
specifications, will be paid for at the unit price shown in the proposal for 1'Butt Joints". The
unit price bid per each shall be full compensation for all milling, including material haul-off,
tools , labor, equipment and incidentals necessary to complete the required work.
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX)
All applicable provisions of Standard Specifications , Item Nos . 312 "Hot-Mix Asphaltic Concreten,
300 "Asphalts, OHs and Emulsions'', 304 "Prime Coat", and 31. 3 "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 u.nless the air temperature is fifty (50) degrees Fahrenheit
and rising, the temperature being taken in the shade and away from artificial heat Asphaltic
material shalJ 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 tabor, materials, equipment, tools, and incidentals necessary to complete the work. ·
10/23/08 ASC-84
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER
This item shall include the removal and reconstruction of existing concrete valley gutters at
locations to be determined in field:
Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and
necessary excavation to install the concrete valley gutters all shall be subs.idiary to this pay item.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by
the Engineer and necessary asphalt transitions as shown in the concrete valley gutter details,
shall be subsidiary to this Pay Item.
See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No. 104, "Removing Old Concrete". Item No. 106 , "Unclassified Street
Excavation" Item No . 208 ''Flexible Base ." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost See Item 314" Concrete Pavement".
Asphalt base material may be required at times as directed by the Engineer to expedite the work
at locations identified in the field.
The concrete shaU be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall. work on one-half of Valley Gutter at a time, and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days.
If the contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
DA-32 NEW 7" CONCRETE VALLEY GUTTER
Thls item shall include the construction of concrete valley gutters at various locations to be
determined in field .
Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing
and placing of 2:27 concrete base and crushed limestone to a depth as directed · by the Engineer
and necessary asphalt transitions as shown in the concrete valley gutter details shall be
subsidiary to this Pay Item .
See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street
Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included.
10/23/08 ASC-85
PART DA -ADDITIONAL SPECIAL CONDITIONS
Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314'' Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days .
If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day .
Th.e unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP
The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed
details, or as directed by the Engineer.
The removal of existing substandard wheelchair ramps and sidewalk as required for the
installation of new wheelchair ramps shall be subsidiary to this pay item . The removal and
replacement of existing curb and gutter as required for the installation of new wheelchair ramps
shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for
laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1 ). The pay limit will
extend from 9" outside the llp of gutter to 15" back from the face of curb. Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" wlll
start 15" back from the face of curb and encompass the remainder of the ramp and sidewalk .
All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item
504 "Concrete Sidewalk Driveways" shall apply except as herein modified.
All concrete flared surface shall be colored with UTHOCHROME color hardener as manufactured
by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake
type, and shall be. used in accordance with manufactures instructions . Concrete stain may be
applied after concrete is poured (Product sold by BAER).
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches
dimension , or other dimension approved by the Engineer, meeting the aforementioned
specification . The sample, upon approval by the Engineer, shall be the acceptable, standard to be
applied for all construction covered in the scope of this pay item.
The method of application shall be by screen, sifter, sieve or other means in order to provide for a
uniform color distribution ."
The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will
be full compensation for material.s, labor, equipment, tools and incidentals necessary to compete
the work.
DA-34 8" PAVEMENT PULVERIZATION
10/23/08 ASC-86
PART DA -ADDITIONAL SPECIAL CONDITIONS
Contractor shall pulver ize the ex isting pavement to a depth of 8". After pulverization is completed ,
contractor shall temporarily remove and store the 8" deep pulverized material , then cut the base
2" to provide place for the new 2" H . .M .A.C . surface. The 2" base cut shall start at a depth of 8"
from the existing pulverized surface . After the undercut operation is completed , contractor shall
spread , mix, and compact the pulverized material to a 95% compaction per City's Sta11dard
Specifications or as directed by the Engineer in t he field . A 3 .5% portland cement shall be used to
mix the pulverized material.
If the existing pavement has a combination of 10" H.M.A.C . and crushed stone/gravel , undercut
will not be required , the contractor will pulver ize. 1 O" inches , the 2" inch cut will be taken from the
1 O" pulverized material. (see soil test report)
Pu lverization shall start within ten (10) calendar days after all concrete work has been completed
on a street. If the contractor fails to begin the work within ten (10) calendar days, a $200 dollars
liquidated damage will be assessed per block per day .
After the pulverization materia l is cured , the contractor shall overlay it with 2" H.M.A.C . surface
within five (5) calendar days . If the contractor fails to begin the work within five (5) calendar days ,
a $200 dollars liquidated damage will be assessed per block per day.
The unit price bid per sq . yd . shall be full compensation for all labor, material , equipment, tools ,
and inc identals necessary to pulverize, remove and store the pulverized material, undercut the
base , m ixing , compaction, haul off, sweep , and dispose of the undercut material.
The 2" H.M.A.C . surface will be paid by separate item .
DA-35 REINFORCED CONCRETE PAVEMENT OR BASEJUTILITY CUT)
The following spec1fications are for the furnishing and placing of reinforced concrete pavement or
base as shown on detail and as directed by the Eng ineer.
A. GENERAL:
Reinforced conc rete pavement or base shall conform to Specification Item No. 314 herein except
·tor finishing and curing .
B. FINISHING :
The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The
surface shal.1 be flush with the adjacent pavement and shall have a fin ish similar to the
surrounding pavement. The surface shall be even and shall provide a smooth ride.
C. CURING:
The reinforced concrete pavement surfaces shall be sprayed unifo rmly with a membrane curing
compound conforming to the requirements of ASTM C-309 , Type 2, white-pigmented
compound, which shall not produce permanent disco loration of the concrete . Concrete shall be
al.lowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades.
D. EXECUTION :
10/23/08 ASC-87
PART DA -ADDITIONAL SPECIAL CONDITIONS
Included in this item will be the removal of the existing reinforced concrete pavement. The
existing pavement shall be sawed so as to maintain an even, straight pavement cut. The
existing reinfordng steel at sawed line and construction joints shall be lapped 1. 8 inches with the
new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before
lapping.
The following work method will be performed on each utility cut:
1. Ptace safety signs , barricades and/or other warning devices where necessary and as
required .
2 . Replace pavement to nearest joint.
3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas
requiring repair.
4 . Saw cut along mark.ed lines a minimum of two (2) inches deep.
5 . Remove existing concrete.
6 . Form joints and place reinforcing steel and Dowel Bars (as required) according to standard
specifications .
7. Place and finish concrete.
8. Clean up Job site, removing all debris.
9. Maintain traffic control devices to protect the area until the concrete has cured seven days or
concrete reaches 3000 psi compressive strength .
E. PAYMENT:
Payment shall be made at the unit price per linear foot as shown on the proposal and shall be
full compensation for furnishing all labor, materials, equipment tools and incidentals necessary
to complete. the work.
DA-36 RAISED PAVEMENT MARKERS
All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply.
Th.e Contractor shall install standard roadway markers according to city specifications as shown
on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications".
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
Where known by the design engineer, the locations of potentially petroleum contaminated
material (soil) that may be encountered during excavation and/or construction activities will
be shown on the plans. For all locations where material is excavated and suspected of
1012310a ASC-88
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
being contaminated with petroleum products, whether known or not, these special
conditions are to be followed. The contractor is al.so to follow all applicable Federal. State
and Local regulations when handling known or suspect contaminated materials (soils).
1. WORK INCLUDED
a. Excavation, stockpiling and testing of Potentially Petroleum Contaminated Material.
b. Removal , testing , and disposal of petroleum contaminated groundwater.
c. Obtaining and paying for required permits.
d. Hiring of qualified environmental professional consultant(s). Contractor will be
required to submit the environmental consultant's experience and qualifications to
the City prior to beginning work in areas of Potentially Petroleum· Contaminated
Materfal.
e. Hiring of qualified environmental sampling professionals that wi.11 collect and submit
samples to the applicable City of Fort Worth testing laboratory. The City of Fort
Worth's Department of Environmental Management for coordination of laboratory
testing.
2 . REFERENCES
a. All applicable OSHA regulatory requirements .. ·
b. All applicable Environmental Protection _ Agency (EPA) regulatory requ irements.
c. All-applicable State of Texas regulatory requirements.
d. AU applicable City of Fort Worth (City) regulatory requirements .
e. All applicable NIOSH standards.
f. AU applicable TNRCC requirements.
3. SUBMlTTALS
a. The contractor shall pre.pare and submit to the City's Department of Environmental
Management, Senior Specialist ln Compliance, plans for handling Potentially
Petroleum Contaminated Material (PPCM) not less than 30 days prior to
commencing excavation.
b. The Contractor shall take necessary precautions while performing this project.
Contractor shall not commence PPCM work (1) Contractor's submittal for dealing
with PPCM is. reviewed by the City and (2) the plans (i.e ., drawing and description)
for discharging any treated liquid into the storm sewer or sanitary sewer are
reviewed by the City (3) and acceptable stockpile area is identified by the Contractor.
c. Contractor shall submit the name of his proposed qualified environmental
· professional consultant(s) and propos.ed PPCM Handling Plan to the City. The
PPCM Handling Plan shall include the detailed sequence. of construction including
proposed excavation and handling methods, proposed carriers for contaminated
ASC-89
PART DA -ADDITIONAL SPECIAL CONDITIONS
materials , waste disposal site , and a list of any permits that may be required for
PPCM handling or contaminated ma terials disposal. The above data must be
comp iled and arranged in a format that is acceptable to the Texas Natural Resource
Conservation Comm ission (TNRCC).
d. Contracto r shall subm it actual limits of PPCM excavation , as prepared by his
qualified environmental consultant(s) and testing lab.
e. Contractor shall submit for review the proposed carrier pipe mater ial to be used with
the actual limits of PPCM excavation , including pipe. gasket and carrier pipe coating
or liner.
B. PRODUCTS :
1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavat ion,
including pipe gaskets , shall be resistant to petroleum hydrocarbon deterio ration .
C. EXECUTION:
10/23108
1. POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Areas suspected of having petroleum contaminated material (soils) are shown in on
the engineering drawings .
b. In areas other than those noted on the plans and where potentially petroleum
contami.nated materials are either detected or suspected , the City of Fort Worth and
the Engineer should be notified immediately and the work shou.ld proceed in
accordance with th ls section .
2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Care should be taken during all excavation and dewatering activities to identify areas
potentially contaminated by petroleum .
b. When a petroleum odor is encountered during excavation or when there. is visual
ev idence of potentially petroleum contaminated soil, the Contractor shall notify the
Engineer without delay .
c. The Contractor shall. have retained the services of an environmental consultant who
shall be present at the site to screen suspect soil with a photo -ionization detector
(PIO) or a flame. ion ization detector (FID). A reading of 20 ppm above amb ient
conditions or greater on PIO or FID teste.d soil sample will be cons fdered potentially
petroleum contam inated. The soul sample should be a recent sample from the
excavation face . The sample should be stored in a laboratory supplied glass jar with
a teflon gasket lined lid . The City of Fort Worth Department of Environmental
Management will be notified prior to all sample collection and submittal to the current
testing laboratory identified by the City. The PIO or FID tests should be performed in
a confined location . Soils producing a reading of less than 20 ppm above ambient
ASC-90
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
will not be considered potentially pet roleum contaminated . The PIO or FID shall be
ca li brated according to manufactures instructions .
d. Water encountered during excavation or dewate ring shall be considered to be
potentially contaminated if there is a visible sheen , a hydrocarbon odor, adjacent soil
that appears visually to be contaminated by hydroca rbons or at any time the
Contracto r has reason to believe that hydrocarbon contamination may have
occurred. The Contractor shall immediately notify the City and the TNRCC
whenever contaminated water is encountered.
a. The Contractor shall contact the City whenever contamination from any ~ource is
suspected.
3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS)
a. Contractor shall coordinate with the City to determine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site :
1. Provide a diked enclosure large enough to ho ld all material and prevent runoff.
2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the
existing soil.
3. At the end of each work day, Contractor shall complete.ly cover stockpile with 20
m il plastic. During the day, the Contractor shall keep the stockpile covered , as
necessary, to prevent release of contam inated materia ls due to rain or wind .
4. Sampling and evaluation of materials will be performed at the Contractor's
expense . (The City of Fort Worth will prov ide laboratory services)
b. PPCS shall be handled, tested, observing all standard chain-of-custody procedures
and sampling preservation and analyses shall conform to published and recognized
standards .
c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total
Petroleum Hydrocarbons (TPH) (TX1005) and Benzene , Toulene , Ethylbenzene and
Xylene (BTEX) (EPA 8020). All test results will be forwarded t o the City of Fort
Worth Department of Environmental Management.
d . Contaminated soil identified by test results will be disposed of according to DA-36 ,
Load ing, Transportation, and Disposal of Contam inated Soil.
e. It is the intent of the City of Fort Worth that uncontaminated soils be utilized as
backfill material, if the soils also meet the Type C or B backfill classifications .
4 . HANDLING POTENTIALLY PETROLEUM CONTAMINATED WATER (PPCW)
a. Water pumped from the excavation or from dewatering activities that has an oily
sheen, a hydrocarbon odor, or is otherwise suspect, shall be considered potentially
petroleum contaminated .
b. PPCW shall be handled , tested , and discharged in accordance with the TNRCC 's
appropriate state regulation . PPCW shall be tested no later than 15 days prior to
ASC-91
PART DA -ADDITIONAL SPECIAL CONDITIONS
extraction . PPCW shall , if necessary , be treated in an appropriately sized oil/water
separator , air str ipper or GAC can isters . Contractor shall have his testing laboratory
determine that the oil/wate r separator treated discharge is with in the limits
established by the TNRCC 's regulations before being allowed to discharge
(discharge to sanitary sewer). Cont racto r shall be responsible for furnishing the
effluent test reports to t he City . ·
c. Alternatively , the Contractor may dispose of contaminated water, after approp riate
· pretreatment , into the san itary sewer collection system . It shall be the responsibility
of the Contractor to obtain the necessary permit(s) and to perform all testing
required by the City of Fort Worth Pretreatment Services Division.
d. All treated water shall be discharged into a Contractor supplied Frac Tank, sampled,
and analyzed before discharge into the sewer system .
e. The product that is recovered shall be disposed of in accordance with all applicable
regulations . Any phase separate product recovered from the oil/water separator and
air stripper shall be transported in accordance w ith Department of Transportation
rules and regulations for flammable products. When transport ing product for
disposal , transportation shall also be performed by a licensed carr ier. The
Contractor is responsible for proper man ifesting of the material from the site to the
waste d[sposal facility . Completed Manifests shall be returned to the City
Department of Environmental Management within 90 days of shipment.
5. HANDLING VAPOR CONCENTRATIONS
a. In order to maintain safe working condit ions , the vapor concentrations should not
exceed 20 percent of the Lower Explosive Limit (LEL). Dur ing construction,
measures should be taken to ma inta in LEL levels below 20 percent in all working
areas.
b. To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a
LEU02 meter should contrnuously operate in the working area . The CGI should be
properly calibrated and should have an alarm that sounds if 20 percent LEL is
reached. Monitoring data from the GCI should be recorded periodically to determ ine
if ventilation or other methods are effective. In the event local health and safety
agencies require more stringent monitoring, the local regulations must be
implemented .
D. MEASUREMENT AND PAYMENT:
10/23/08
Payment for handling PPCS , PPCW and Vapor Concentrations , obtaining and payfng for
any permits required , hiring the services of a qualified professional env[ronmental
consultant(s), environmental issues , stockpiling and all issues included and incidental to this
section will be full compensation for all labor, equ ipment, materials, and supervisfon.
Measurement and Payment for this section will be per linear foot of trench excavated where
the excavated material is handl.ed as a contaminated material. No separate payment will be
made for handling of contaminated water, vapor concentrations , sampling, stockpiling , etc.
ASC -92
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
A GENERAL:
This item has been established for the loading, transportation and disposal of contaminated
soils in a State of Texas approved disposal site (landfill) to handle special wastes
(petroleum contaminated soils). A bid item has been established in the proposal for the
proper loading , transportation and disposal of the material to a designated site and the
quantity established is the engineers best estimate of the quantity that may be removed .
This quantity may vary depending upon actual conditions and testing results. The unit
price bid will not be inc reased re.gardless of the actual amount of material disposed and
may be decreased if a larger volume of material, than that listed in the bid proposa l,
results in a unit cost reduction fo r disposal.
B. WASTE MANIFESTS:
Any and all non-hazardous liqu id and petroleum substance waste removed from the site
of generation and transported for treatment and/or disposal must be accompanied by a
waste shipment record/manifest detailing required generator, transported, destination
and waste description information. These results may not be uniform throughout the
entire site . For all petroleum substance waste , the waste shipment record utilized shall
be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Farm TWC-0332).
The Contractor shall be responsible for obtaining , originating and maintaining manifests
in accordance with federal and state laws. The Contractor shall sign . the manifests
forms as Independent Contractor ta the Owner. AUTHORIZATION OF PAYMENT FOR
REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN
CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND
SIGNED MANIFEST FORMS that are in agreement with regard to the type and amount
of waste removed from the site and received by the treatment/disposal facility. The
Contractor shall immediately resolve any manifest discrepancies , Comp leted Manifests
shall be returned to the City Department of Environmental Management within 90 days
of shipment.
C. MEASUREMENT AND PAYMENT:
Payment for this item shall be made per in place cubic yard of contaminated soils that
are loaded , transported and disposed of in an approved special disposal site . No
separate payment will be made for loading, transportation and disposal of contam inated
ground waters collected ; these costs considered subsid iary to DA-37 , POTENTIALLY
PETROLEUM CONTAMINATED MATERIAL HANDLING. The proposed landfill shall be
included in the Contractor's bid submittal and approved by the City of Fort Worth
Department of Environmental Management prior to contract award . Contractor shall be
responsible for all landfiU costs , including, but not limited to landfill fees, transportation
casts and landfill operator requested analytical testing and waste characterization .
DA-39 ROCK RIP RAP -GROUT -FILTER FABRIC
A GENERAL:
1012310s ASC-93
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 -
General Requirements and the North Central Texas Council of Governments
(NCTCOG) Standard Specifications , are hereby made a part of this section .
2. This item shall govern for the installation of rock riprap of the various sizes shown on
the plans .
B. DESIGN CRITERIA:
1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the
channel bottom is not stable, the design shall incorporate other requirements needed
to stabilize the revetment toe .
2. The channel side slope shall be as shown on the drawings .
3. Engineering filter fabric material shall be placed underneath the riprap.
4. Riprap shall extend up the bank to an elevation where vegetation will provide
adequate protection . See cross sections .
C . PRODUCT:
10/23/08
1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to
insure permanence in the structure . It shall be free from cracks, seams and other
defects that would tend to increase deterioration. Rock shall be reasonably well.
graded between the following prescribed limits:
24 "
Riprap
18"
Riprap
Sieve Size
(Square Mesh)
24inch
18inch
12inch
6inch .
Sieve Size
(Square Mesh)
· 18 inch
12inch
6inch
3inch
Percent Passing
100
80-90
45-55
0-20
Percent Passing
100
60-85
15-45
0-15
2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid
cubic foot (min .) calculated from the butk specific gravity (saturated surface dry).
3 . FILTER FABRIC BLANKET:
Approved Manufacturer: • Supac -Heavy Grade 8NP (UV)
• Trevira 011/280
• Amoco 4553
• or Equal Heavy Grade
ASC-94
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 We ight. 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 shaU be prepared to the required
lines and grades.
b. FHter 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
place.d in the manner and at the locations shown on the drawings . At the time of
installation , the . geotextile shall be rejected if it has defects, rips , holes, flaws,
deterioration or damage incurred during manufacture, transportation or storage . The
surface to receive the geotextile shall be prepared to a relatively smooth condition free
of obstructions, depressions , debris, and soft or low density pockets of material.
Erosion features such as rills , gullies , etc. must be graded out of the surface before
geotextile placement. . The geotextile shall be placed with the long dimension
perpendicular to the centerline of the channel and laid smooth and free of tens ion ,
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 he.Ip
hold it in place until the rock riprap is placed . The temporary pins shall be removed as
the riprap is place.d 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 construct ion 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 rlprap shall be replaced by the Contractor at no cost to the Owner. The
work shall be scheduled so that the covering of the geotextile w ith a layer of the
ASC -95
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 shaJI 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 wel.l distributed and the entire mass
of stones in their final posit ion shall conform to the gradation specified herelnbefore.
The finished riprap shall be free from objectionable. pockets of small stones and
clusters of larger stones. The desired distribution of the various sizes of stones
throughout the mass shall be obtained by selective loading of the material at the
quarry or other source, by controlled dumping of successive loads during final placing ,
or by other methods of placement which will produce the specified results .
Rearranging of individual stones , by mechanical equipment or by hand will be required
to the extent necessary to obtain a reasonably well graded distribution of stone
specified above . The Contractor shall maintain the riprap protection until accepted.
Any material displaced by any cause shall be replaced at his erosion to the lines and
grades shown on the Drawings .
4. GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining
admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of
sand, sufficient water to produce a workable mixture, and that amount of admixture
which will entrain sufficient air to produce durable grout, as determined by the
ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE
AGGREGATE . The grout shall be mixed in a concrete mixer in the manner specified for
concrete except that the time of mixing shall be increased to that necessary to produce a
mixture having a consistency such as to permit gravity flow into the interstices of the
riprap with the hefp of limited spading and brooming . The grout shall be used in the
work within a period of one (1) hour after mixing . Retempering of ground will not be.
permitted. Riprap shall not be grouted when the ambient temperature is below 35
degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor
when the grout, without spe.cial protection, is likely to be subjected to freezing
temperatures before final set has occurred. Prior to grouting , all surfaces of riprap shall
be wetted .. The riprap shall be grouted in successive longitudinal strips , approximately
10 feet in width , commencing at the lowest strip and working up the slope. Grout shall
be brought to the place of final deposit by approved means, and in no case will grout be
permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately
after dumping the batch of grout, it shall be distributed over the surface of the strip by
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
ASC-96
PART DA -ADDITIONAL SPECIAL CONDITIONS
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
1 GENERAL: The following shall govern the furnishing and placing of concrete riprap as shown
on the plans or as directed by the Engineer. ·
2. MATERIALS : Concrete for riprap shall be placed in accordance with the details and to the
dimensions shown on the plans or as established by the Eng ineer. Unless otherwise shown on
the plans , concrete riprap shall be reinforced using wire or bar reinforcement.
The concrete shall be 3000 PSI at 28 days, Class A
Wire reinforcement shall be six (6) by six (6) inch No. 6 plain electric welded reinforcing fabric or
its equal. A minimum lap of six (6) inches shaU be used at all splices . At the edge of the riprap,
. the wire fabric shall not be less than one (1) inch, no more than three (3) inches from the edge of
the concrete and shall have no wire projecting beyond the last member parallel to the edge of the
concrete .
Reinforcement shall be supported properly throughout the placement to maintain its position
equidistance from the top and bottom surface o.f the slab . ·
If the slopes and bottom of the trench for toe walls are dry and not consolidated properly, the
Engine.er may require the entire area to be sprinkled, or sprinkled and consolidated before the
concrete is placed. All surfaces shall be moist when concrete is placed.
After the concrete has been placed , compacted, and shaped to conform to the d.imensions shown
on the plans, and after it has set sufficiently to avoid slumping, the surface shall be finished with a
wooden float to secure a reasonably smooth surface.
3. PAYMENT: Payment for concrete riprap in place shal.1. be made at the unit price bid in the
Proposal multiplied by the quantity of material. used. Bid price will be full compensation for
10/23/08 ASC-97
PART DA -ADDITIONAL SPECIAL CONDITIONS
placing all materials , and for all labor , tools, equipment , and incidentals necessary to complete
the work .
Payment for all necessary excavation below natural ground , and bottom or slope of the excavated
channel w ill be included in the bid price .
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS
Concrete cylinder pipe on this project shall be Class 150 A.W.W.A. C-303 pretensioned concrete
cylinder pipe or Class 150 AWWA C-301 prestressed concrete cylinder pipe as specified on the
plans and manufactured in accordance with Material Standard E1-4 contained in the General
Contract documents. Payment for work such as backfill , bedding, blocking , excavation and all
other assoc iated appurtenances; required , shall be included in the Linear Foot price of the pipe
and lump sum for the pipe fittings in the appropriate BlD ITEM(S).
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS
Bidders shall submit the following for C-303 pretensloned concrete cylinder pipe to be installed on
this project:
1. A complete list of fittings and specials upon which the lump sum is bid.
2. Provide a unit pr ice indicating the cost for furnish ing and installing each of the various items
of fittings and specials .
The lump sum as bid in the Proposal shall be payment in full for all fitt ings and specials
necessary for the construction of the project as designed. Payment for the installation of the pipe
fittings, specials, and random lengths shall be included . Should the Engineer approve any
changes to the fittings, spec ials or random pipe lengths listed as justifying the amount bid in the
Proposal , the price submitted with the Proposal shall be used to determine the increase or
decrease in the value of the lump sum of the Proposal, and the Contractor shall be paid on the
bas is of this adjusted value under that bid item .
DA-43 UNCLASSIFIED STREET EXCAVATION
This item will be used if additional excavation is needed that is not covered by "8 " PAVEMENT
PULVERIZATION ". Additional Excavation is the removal of the excessive crown and base to
bring the new base to proper grade and City standard specifications for street reconstructi.on. All
applicable provisions of Item No . 106 "Unclassified Street Excavation " shall apply, work shall be
paid per cubic yard .
DA-44 6" PERFORATED PIPE SUBDRAIN
This item shall consist of furn ishing and installing 6" perforated subdrain and filter material all as
shown on the enclosed details , or as directed by the Engineer.
· All applicable provision of standard Spec ifications Item 500 "SUBDRAINS" shall apply except as
herein modified . The pipe material shall be poly vinyl chloride (PVC) with the standard
dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shall have the capabflity of ·
passing ground water without transporting the soil placed around the filter fabric. The fabric shall
1012310a ASC-98
PART DA -ADDITIONAL SPECIAL CONDITIONS
be constructed exclus ively of synthetic thermoplastic fibers and may be either woven or non-
woven to form a ma t of uniform quality . Fabric fiber may be either continuous or discontinuous
and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be
mildew resistant , rot proof, shall be sat isfactory for use in a wet soil and aggregate env ironment,
contain ultraviolet stabilizers and have nonravelling edges .
The fabric shall meet the followi ng requirements when sampled and tested in acco rdance w ith the
methods indicated.
Test
Original Physical Properties
Fabric weight, on an ambient
Temperature air-dried tens ion
free sample , expressed
in oz/sq .yd .
.-, -;.:-..· .. _ ... c,:·
Method
SDHPT Test Method
Tex-616-J
."Testing of Construction Fibers "
Requirements
4 .0 minimum for under dra ins
and Slope Stabilization , 6.0
minimum for Gab ions
Revetmen t
Water flow rate by fa lll ng head Tex-616-J 80 minimum
method , 7.9 inches (20 cm) to 3.9 ·
inches (10 cm) on 2 inch ID
cylinder with 1 inch diameter
orifice, with flow rate expressed in
gal/sq. ft/minute .
Breaking load in either machine or ASTM Desi gnation : 100 minimum
cross-machine direction, expressed D 1682 grab method G as
in pounds. modified by Tex-616-J
Equivalent opening size
Standard s ieve no .)
(US CW-02215 , US Army Corps of 70 to. 100
Engineers, Civil Works
Construction Guide Specification.
"Plastic Filter .· Fabric: November,
1977.
''Apparent elongation " at breaking AST, Designation : t 00 maximum
load in either mach ine or cross .: D 1682 grab method G as
machine direction , expressed as modified by Tex-616-J
percent.
The "Filter Fabric" shall be installed in accordance with the manufacturer's recommendations . as
indicated or as directed by the Engineer. When lapping is required, it shall be . in accordance with
the manufacturer's recommendations . Backfilling around the Filter Fabric shall be done in such a
way as not to damage the Fil ter Fabr ic material during the placement.
10/23/08 ASC-99
PART DA -ADDITIONAL SPECIAL CONDITIONS
The unit price bid per L.F. shall be full compensation for all labor, materials, equipments, tools,
and incidentals necessary to complete the work .
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS
This item shall include the removal and replacement of existing concrete sidewalk due to failure
or in situation where curb and gutter is replaced to adjust grades to eliminate ponding water with
same day haul-off of the removed material to a suitable dumpsite. For specifications governing
this item see Item No . 104 "Removing Old Concrete ", and Item No. 504 "Concrete Sidewalk and
Driveways".
The unit price bid per square yard shall be full compensation for all labor, material, equipment,
supplies, and incidentals necessary to complete the removal and replacement work.
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION
In order to facilitate timely reconstruction of the affected roadway surfaces (subsequent to
water/sewer installation) under the City's roadway maintenance program, it is recommended that
the proposed water and/or sanitary sewer improvements be con.ducted on the project streets
based upon the following sequence :
1. "A" Street
2 .. "B" Street
3. "C" Street
4. "D" Street
5. "E'' Street
After the work start date has been established, the selected con.tractor shall be required to submit
the beginning and ending dates for all work (including pavement repair) on each of the project
streets. Please be advised that the contractor has the option of submitting a different sequence
of construction than stated above. The contractor shall not be allowed to begin work (but time
charges will begin on the project) until the preferred sequence of construction and the start and
end work dates for each street have been submitted to the City. ·
DA-47 PAVEMENT REPAIR IN PARKING AREA
The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness, etc., to existing pavement. 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 sh.all be
backfilled and the top nine (9) inches shall be filled with crushed limestone base material,
compacted and level with the finished adjacent surface. This finished grade shall be. maintained
in a serviceable condition until the paving has been replaced.
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
10/23/08 ASC-100
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 eas.ement
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
The Texas Department of Transportation requirements pertaining to the construction of this
project are enclosed herein and made part of these specifications .
DA-50 CONCRETE ENCASEMENT
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall
conform to Fig . 113 ; for water line encasements it shall conform to Fig . 20 of the General
Contract Documents . Requirements for such encasement are specified in Sections 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
All combination turbo meter installations will be pe.r attached Figure 33 unless otherwise directed
by the Engineer.
The contractor shall use Sileo Type J-3 Model 30" x 35n Ste.el Single Leaf Doors or approved
equal unless the vault door is subject to vehic.ular traffic i.e .: in a street, parking lot, or driveway .
The appropriate size turbo meter with strainer and check valve if required will be furnished to the
Contractor free of charge; however, the Contractor will be required to pick up these item(s) at the
Field Operations Warehouse.
10123/08 ASC-101
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment for all work , materials , and all necessary appurtenances from bypass tee to bypass tee
which are required to provide a complete and f unctional. Combination Turbo Meter 1.nstallation
complete with Bypass and Concrete Vault shall be included in the pr ice bid for each .
DA-53 OPEN FIRE LINE INSTALLATIONS
All open fire line installations will be per attached Figure 32 unless otherwise directed by the
Engineer.
The appropriate size detector check meter, 3/4-inch meter and class 'B' meter box will be
furnished to the Contractor free of charge ; however, the Contractor will be required to pick up the
items at the Field Operations Warehouse.
Payment for all work , materials , and all necessary appurtenances from the City side flange
coupling adapter to the customer side gate valve and box ; including incidental 5 linear feet of
pipe , wh ich are requ ired to provide a complete and funct ional open fire li ne installation shall be
included in the price bid for each .
Payment for the City side gate valve or tap valve depending on which is required will be paid for
under the app ropriate bid item(s).
DA-54 WATER SAMPLE STATION
GENERAL :
All water sampling station installations will be per attached Figure 34 or as required in large water
mete r 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 thi.s item at the Field Operations Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS : Payment for all work. and materials necessary for
the insta ll ation 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 ne.cessary for the installation tap saddle (if required),
corporation stops , and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the i.nstallation of the sampling station , concrete
support block , curb stop , fittings, and ari incidental 5-feet of type K copper service line which are
required to provide a complete and functional water sampling station shall be included in the price
bid for the water ma.in .
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and material.s necessary for
the installation tap saddle , gate valve , and fittings. shall be included in the price bid for Service
Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vau lt , fittings, and all type K copper service line which are required to provide
10123/08 ASC-102
PART DA -ADDITIONAL SPECIAL CONDITIONS
a complete and functional water sampling stat ion shall be included in the price bid for Water
Sample Stations .
DA-55 CURB ON CONCRETE PAVEMENT
Standard Specification Item 502 shall apply except as herein modified .
INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as an
integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be
deposited not more than thirty (30) minutes after the concrete in the slab.
SUPERIMPOSED CURB : Concrete shall have a minimum compressive strength of three
thousand (3,000) pounds per square inch at twenty-eight (28) days . The quantity of mixing water
shall not exceed seven (7) U.S. gallons per sack (94 lbs.) of Portland Cement. The slump of the
concrete shall not exceed three (3) inches . A minimum cement content of five (5) sacks of ·
cement per cubic yard of concrete is required.
PAYMENT : Payment shall be made for cutting and replacing curbs and gutters required in this
Project under the appropriate bid item and shall be in compliance with Public Works Department
standard requirement Item 502.
DA-56 SHOP DRAWINGS
1. Submit seven (7) copies of shop drawings, layouts , manufacturer's data and material.
schedules as may be required by the Engineer for his review . Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require. Such
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
spe.cifically 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 demonstrate.s his understanding
by indicating which equipment and materials he intends to furnish and install , and by detailing the
fabrication and instaUation 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 shaU 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 fol.lowing items prior to installation:
List the required submittals here
10/23/08 ASC-103
PART DA -ADDITIONAL SPECIAL CONDITIONS
Additional shop drawing requirements are descrlbed in some of the material specifications.
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
(Project Manager)
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN
In order to establish a basis upon which partial payments to the Contractor may be authorized ,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following published
specifications , except as modified herein :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a
combination of H.MA.C. and 2.:27 concrete base, as determined by the Engineer, to achieve the
required thickness of pavement.
DA-60 ASPHALT DRIVEWAY REPAIR
At locations where H.M .A.C. driveways are encountered , such driveways shall be completely
replaced for the full extent of utiUty cut with H.M.A.C. equal to or better than the existing driveway.
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort.
Worth Transportation and Public Works Department's Standard Specifications for Street and
Storm Drain Construction, Item 116, except as follows: All labor, equipment, toots and incidentals
shal.l be included in the square yard bid price for the top soil.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT
This item shall include raising or lowering an existing meter box to the parkway grade specified
No payment will be made for adjusting existing boxes which are within 0.001 feet of specified
parkway grade. The unlt price bid shall be full and sufficient payment for all labor, equipment and
materials used in the adjustment of the meter box.
10123/08 ASC-104
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities . There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities . To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I
be used on an "emergency" basis only.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are
given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000
(see Options to Renew) shall be awarded with final payment based on actual measured
quantities and the unit price bid in this proposal. Moreover, there is to be not limit on the variation
between the estimated quantiti.es shown and actual quantities performed.
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all
change orders.
DA-64 WORK IN HIGHWAY RIGHT OF WAY
When the Engineer directs the .Contractor to perform work in the right-of-way which is under the
jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain
approval from the Texas Department of Transportation prior to commencing any work therein. All
work performed in the Tex-Dot right-of-way shall. be performed in compliance with and subject to
approval from the Texas Department of Transportation and Item E2-29.1 "Construction Within
Highway Right-of-Way" of the General Contract Documents and Specifications, effective July 1,
1978, as amended.
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shaU 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
The City has the right to renew this contract for three (3) one year terms/expenditures of
$200,000 under the same terms, conditions, and unit prices . The City shall give at least sixty (60)
days notice prior to the expiration of one year from the date of execution of this contract or of an
option period or a like notice at such time as there .is less than $20,000 left unexpended.
DA-67 NON-EXCLUSIVE CONTRACT
10123/08 ASC-105
PART DA -ADDITIONAL SPECIAL CONDITIONS
This contract is non-exclusive . During the term of this contract or any renewal hereof, the City
reserves the right to advertise and award another contract for like or similar work . If a second
contract is awarded, the City further reserves the right to issue work orders under either contract
as it deems in its best interest, without recourse .
DA-68 CONCRETE VALLEY GUTTER
This item shall include the repair/replacement of existing concrete valley gutters as directed by
the Engineer. The proposed valley gutters will be constructed according to the detail included in
these documents as well as conforming to Specification Item No . 314 of the · Standard
Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation
and Public Works Department.
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor, equipment and incidentals necessary to complete the work.
DA-69 TRAFFIC BUTTONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations designated · by the Engineer. The buttons to be
supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a
Type 111 Epoxy.
The unit price bid for this item shal.1 be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-70 PAVEMENT STRIPING
Pavement striping, whenever and wherever encountered, shall be replaced to match the existing
striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade
tape {in 18-inch width) such as Stamark as manufactured by 3M company or approved equal.
The unit price bid for this item shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work.
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference. This
design shall not be more than two (2) years old . Upon submittal of the 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
10/23/08 ASC-106
._,
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 locati.ons 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 applicat ion 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 revisi.on of such spec ification , prior to the date
of these general specifications or rev isions thereof, shall apply .
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX
The relocati.on and reconnection of sprinkler system control valve and box will be required as
shown on the plans, and/or as described in these Special Contract Documents in addition to
those located in the field and identified by the Engineer.
A minimum of twenty-four (24) hours advance notice shall be given when service interruption wiH
be required . When the relocation is required , separate payment will be all.owed for the rel.ocation
of spr inkler back-flaw preventer or control valve and box. Payment for all work and material such
as back-fill , fittings , five (5) feet of PVC Schedule 40 and all material labor, and equipment used
by and far the licensed plumber shall be included in the price bid for the relocation of sprinkler
back-flow preventer or contro l valve and box. All other costs will be included in other appropriate
bid item(s).
DA-74 RESILIENT-SEATED GATE VALVES
Any resilient-seated gate valves supplied for this contract shall conform to Material Standard
E1-26 , STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES , with the
exception of size requ irements in sect ions E-26.1. AH resilient-seated gate valv~s shall be
mechanical joints and be approved on the City of Fort Worth Standard Product List
DA-75 EMERGENCY SITUATION, JOB MOVE-IN
The Owner or Engineer shall determine when an emergency situation shall exist. When water
emergency work is required ; the Contractor shall mobilize to the said location within twenty-four
(24) hours after given notification f rom the Inspector and/or Project Manager. The Contractor
shaU make all necessary arrangements for bypass pumping, setting up barricades, notifying
citizens, etc., while waiting for other utilities to be located as directed by the Engineer. The
Contractor shall work continuously until the emergency work order has been completed at a time
agreed to by the Project Manager, Inspector, and Contractor. After the emergency work order
has been completed , there will be no additional "Job Move-In " charges paid to remobilize back to
the previous project location site .
10/23/08 ASC-107
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-76 1 1h" & 2" COPPER SERVICES
The follow ing is an addendum to E1-17 , Copper Water Service Lines and Copper Alloy
Couplings :
All fittings used for 1 'W' and 2'' water serv ices lines shall be compression fittings of the type
produced w ith an internal "gripper ring '' as manufactured by the Ford Meter Box Co ., Inc ,, Mueller
Company , or approved equal. Approved equal products shall submit shop drawings and
manufacturer 's catalog information for app roval.
Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically
designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any
other type of cutter will not be allowed.
Prior to installing the compression fittings , the copper tubing will be made round by the use of a
"rounding tube '' specifically made for that purpose .
Payment for all work and materials associated with 1 1h " and 2" copper services shall be included
in the price of the appropriate bid item.
DA-77 SCOPE OF WORK (UTIL. CUT)
The work covered by these Specifications consists of the paving repair over utility cuts which
have been backfilled previously by the City Water Department, as indicated by the details and
possible adjacent areas damaged by blowout , etc . Included in this work wm be the removal of the
existing material in order to insure a paving section in conformity with existing pavement or the
appropriate detail shown in this document as directed by the engineer and all other miscellaneous
items of construction to be performed as outlined in the specifications , which are necessary to
satisfactorily complete the work,
Total quantities given in the bid proposal may not reflect actual quantities; however, they are
given for the purpose of bidding and awarding the contract. Final payment will. be based on
actual measured quantities and the unit price bid in th is proposal.
There will not be. a direct payment for saw cutting the existing asphalt or concrete , compacting
the existing subgrade or removal of the existing material. These items will be. considered as
subsidiary to the contract. The contractor will be required to maintain a capping course of hot
mix-cold lay asphalt in areas where traffic has whipped out washed rock, until the paving repair
can be accomplished. These items will be considered as s.ubsidiary to the contract.
The Inspector will pick up the repair tickets by 8 :00 a.m. Monday through Thursday , The repair
tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be
completed within twenty-one (21) calendar days . The twenty-one (21) calendar days for
completion of the job begins the day after the contractor receives the ticket. See special
condition TIME ALLOWED FOR UTILITY CUTS .
The Contractor shall identify to the Engineer possible locations for settlement of repaired
pavement due to backfill of ditch by others . As directed by the Engineer, the Contractor shall
remove and replace existing backfill with washed rock .
10123/08 ASC-108
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Water Department will estimate the necessary size of the pavement repair on each ticket.
Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of
each repair. All repair sizes shall be approved by the Engineer prior to any repair work.
DA-78 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT)
Contractor covenants and agrees to fully perform or cause to be performed, with good faith and
due diligence, and in accordance with standards common to the industry and herein set forth in
these Contract Documents which is hereby incorporated and made a part of this contract,
pavement repair to be ordered by the City at various times and to be performed at various places
by separate repair tickets . The City may designate pavement to be repaired by furnishing to the
Contractor a marked drawing, or street addresses contained in a written order or by marking in
the filed by parnt or other means, or by any or all combinations of said methods of designation .
The Contractor agrees that no work will be performed without written authorization from the
individual designated in writing by the Director of the Water Department.
DA-79 CONTRACT TIME (UTIL. CUT)
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City as the need arises. It is further agreed that the term of this contract is five
(5) months from the date of execution of contract work order and no orders will be accepted by
the Contractor after the contract has expired .
At the end of contract the Contractor will have twenty-one (21) additional calendar days to
complete work already ordered and fifteen additional calendar days to bill said work. for a total of
thirty-six days after contract termination to complete and bill work authorized pursuant to this
contract.
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT)
The Contractor shall be required to furnish sufficient personnel and equipment capable of
completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750
S.Y. of permanent pavement repair each week.
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)
The Contractor shall assist the Engineer in measuring each pavement repair before any work is
started.
A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar
days beginning the day after the ticket is issued will be allowed for finai completion of each utility
cut. See also SCOPE OF WORK.
A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page
C1-1 (4) Section C1-1.24 Calendar Days of Part C General Conditions.
DA-82 LIQUIDATED DAMAGES (UTIL. CUT)
10/23/08 ASC-109
PART DA -ADDITIONAL SPECIAL CONDITIONS
Failure to complete work on time : The Owner and the Contractor agree that it wi ll be most
difficult or impossible to ascertain the amount of damages that will be sustained by the Owner if
the Contractor fails to complete the work in the allotted time , but they both agree that the Owner
would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete
the contract in the calendar days specified, a time charge shall. be made for each working day
thereafter, not as a penalty but as liquidated damages .
The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for
each repair cut not completed within twenty-one (21) calendar days and liquidated damages shall
end on day that repairs are completed.
Should the amount otherwise, due the Contractor be less than the amount of such ascertained
and liquidated damages; the Contractor and his surety shall be liable to the City of such delivery.
DA-83 PAVING REPAIR EDGES (UTIL. CUT)
All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel
or perpendicular to the center line of the street.
DA-84 TRENCH BACKFILL (UTIL. CUT)
The Water Department shall place the pipe embedment and backfill with washed rock per the
following specification.
Washed Rock : All was.hed rock used for embedment or as otherwise directed by the engineer
shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the
following gradation and abrasion:
Sieve Size
1
%"
3/8"
#4"
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles abrasion test 50% Maximum wear per ASTM.
DA-85 CLEAN-UP (UTIL. CUT)
Final clean up work shall be done for this project as soon as the paving and curb and gutter has
been constructed . Contractor shall remove all excess cold mix, washed rock and debris from the
street in the area of the repair. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the
Engineer. Refer also to · Page C5-5 (8) Section CS-5 .17 Clean-Up of Part C General Conditions.
DA-86 PROPERTY ACCESS (UTIL. CUT)
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
10/23/08 ASC-110
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-87 SUBMISSION OF BIDS (UTIL. CUT)
The proposal sections of this special contract document is arranged to allow the Owne r to make
payment based on size of repair. T he Contractor is required to submit a bid on all proposals Unit
I, Un it II , Unit Ill and IV. Unit I will generally consist of small patch , less than or equal to 200
square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less
than or equal to 1000 square feet. Un it Ill will generally consist of large patch, greater than 1000
square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair.
The total low bidder, Un its I, II , Ill and IV is the apparent successful bidder. If Contract or does
not bid all four Un its of the proposal , the bid w ill be considered as "non-responsive" and will be
rejected by the Water Department.
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)
Regardless of the ex isting pavement type, base repair for Unit I shall be either min . 8" concrete
base (see D-23 , 2:27 Concrete Base) or min . 5" reinforced concrete base (see DA-35 , Reinforced
Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair
shall be approved by the Water Department.
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT)
When concrete base is required for repairs > 200 square feet in area, the base repa ir shall be
either min. 8" concrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete
base (see DA-35 , Reinforced Concrete Pavement or Base) as directed by the Engineer. Any
deviation from standard repai r shall be approved by the Water Department
DA-90 2" TO 9" H.M .A.C. PAVEMENT (UTIL. CUT)
These items will include the furnishing and placing of H.M .A.C. surface course as dlrected by the
Engineer.
For · Specifications governing Type "D" H.M.A.C. see the 1982 Texas State Department of
Highways and Public Transportation, Spec. Item No . 340 "Hot Mix Asphaltic Concrete
Pavement". H.M .A.C. is also covered under Spec. Item No. 312 in the Standard Specifications
for Construction, City of Fort Worth . ·
Subsidiary to the H.M.A.C . pavement shall be sawing , removal of asphaltfc material , gravel and
excavation as shown on the details or as directed by the Engineer.
The removed surfacing shall be loaded into trucks upon removal and hauled away from the job
site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job
site .
The following work method will be performed on each utility cut:
1 .. Place safety signs, barricades and/or other warning devices where necessary and as required.
10123/08 ASC-111
PART DA -ADDITIONAL SPECIAL CONDITIONS
2 . The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut
side faces vertically . The sawed asphalt pavement shall be a minimum of 1' outside the utility cut
area .
3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner.
Do not puddle tack coat on bottom of utility cut area . Do not apply tack coat to washed rock.
4. Place H.M.AC. surface mix in lifts not to exceed three (3) inches . Last or top lift shalt not be
less than two (2) inches in thickness .
5. Each lift shall be thoroughly compacted with a plate compactor or portable vibratory roller.
Fifteen to twenty passes wi.11 be necessary with a vibratory roller and mix temperature above 250
F (121 C) to ensure a good compaction. Top lift when compacted shalt be approximately 1/8 inch
above surrounding pavement.
6. Apply liquid asphalt around edges of patch along cold joints.
7. Clean up surrounding area . Do not leave excess fill or excavated material on the pavement.
8. Remove safety signs, barricade and/or warning devices after job is complete.
Payment shall be made at the unit price per S.Y . as shown on the proposal and shall. be full
compensation for furnishing all labor, materials, equipment tools and incidentals necessary to
complete the work.
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)
Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new
pavement grade. The unit price bid will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the work.
DA-92 MAINTENANCE BOND (UTIL. CUT)
A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall .
be furnished for a period of two years from the date of final acceptance of the work will be
required on this project.
DA-93 BRICK PAVEMENT (UTIL. CUT)
This item shall include:
1. Removal and salvage of existing brick pavers for the purpose of relaying , in such a manner
that no damage occurs during handling of the brick.
2. Supply additional brick pavers as necessary that meets size, shape and color of existing brick,
as approved by engineer.
3. Mortar bed shall be leveled to the desired elevation , as d irected by Eng ineer and shall not be
disturbed in any way .
The mortar setting bed shall consist of:
10/23/08 ASC-112
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. 1 part Portland cement -ASTM C150 , Type 1
b. 1/4 part hydrated lime by volume -ASTM C207, Type 5
c. 3 parts damp sand -ASTM C-144 (for high-bond mortar, gradation in accordance with additive
manufacturer's recommendation)
d. Add water to obtain stiff mix -water shall be potable quality
The dry joint filler shall consist of:
a. 1 part Portland cement -ASTM C1.50, Type 1
b. 6 parts dry sand -ASTM C-144
c, Do not add water
High bond mortar mix shall consist of:
a. 1 sack Portland cement -ASTM C150, Type 1
b. 50 pounds workability additive -"A" Marble Dust by Armco Steel Corp,, Piqua Quarries, or Ute
Dolomite Limestone by U.S . Lime Division of FHntkote Corp., or Mi.era Fill No./2 by Pure Stone
Co ., of Marble Falls, Texas .
c. 3 1 /4 cubic feet of sand -ASTM C-144
d. 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Co .
e . Mix with water in accordance with High Bond Additive manufacturer's recommendations
Concrete surfaces to receive pavers shall be dry, clean fee of oily or waxy films and firm and
leveL Pavers with chips, cracks , or voids shall not be used . The setting bed mixture shall be
spread and screeded to a true plane and shall be limited to that amount that can be covered with
pavers before initial set
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)
Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or
base in conformance with Specification Items 210 and 212 of the City of Fort Worth's
Transportation and Public Works Department's Standard Specifications for Street and Storm
Drainage Construction. Unless otherwise directed by the Engineer, lime shall be applied at the
minimum rate of four pounds (4#) per square yard per inch
depth.
Payment shall be made by the square yard at the unit price bid for the quantity measured in place
and shall include all labor, equipment, material, and incidentals necessary to satisfactorily
complete the project. No payment shall be made for the hydrated lime as it shall be considered
subsidiary to the bid price for lime stabilization.
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)
At the direction of the Engineer, the Contractor shall stabilize the subgrade or base material with
Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the
Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth , Texas
Transportation and Public Works Department. Unless directed otherwise by the Engineer,
Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth .
10/23/08 ASC-113
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT)
This pay item shall apply to all storm drain structures such as inlets, manholes , headwalls , or
other faclhties which, in the opinion of the Engineer require repair .
The Contractor shall remove and replace the tops of exist ing drainage structures and a portion of
the walls of the structure as directed by the Engineer . The vertical reinforcing steel bars in the
walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New
steel shall be used in the reconstruction of the walls and top.
No payment shall be made for manhole frames , lids, steps and other miscellaneous items of
construction , as they shall be considered subsidiary to the unit price bid for Repair of Storm Drain
Structures. Unless directed otherwise by the Engineer, the existing manhole frames, lids, and
other miscellaneous items may be reused.
Storm Drain Structure Repair shall be performed in conformance with specification Item 444,
"Manholes and Inlets", and Drawing No. S-SD1 through S-SD20 of the City of Fort Worth
Transportation and Public Works Department's Standard Specifications for Street and Storm
Drai n Construction and shall further apply to all storm drainage facilities of a simHar design and
construction.
Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete
required to reconstruct the structures as well as all steel, etc. in conformance with the appropriate
drawings .
DA-97 · "QUICK-SET" CONCRETE (UTIL. CUT)
In high traffic areas where the utility cut repair must be returned to service sooner than a normal
cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422,
"Concrete Admixtures" or ready made mixes such as "Rapid Sett' concrete mix or approved
equal. Any and all materials used shall conform to the above mentioned Item 422.
Payment for quick set concrete shall be made at the unit price bid per CY as shown on the
proposal and shall be full compensation for furnishing all labor, materials, equipment, tools, and
incidentals necessary to complete the work.
DA-98 UTILITY ADJUSTMENT (UTIL. CUT)
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to utility cut repairs to
water, sanitary sewer, and natural gas service lines and appurtenances including irrigation tines
(sprinkler systems), etc. where such lines and appurtenances are the property owner's . .
responsibility to maintain . An arbitrary figure has been placed in the Proposal; however, this does
not guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the Contractor's responsibility to provide the
services of a licensed plumber to make the uUlity adjustments determined necessary by the
Engineer. No payment will be made for utility adjustments except those adjustments determined
necessary by the Engineer. . Should the Contractor damage service lines due to his negligence,
where such lines would not have required adjustment or repair otherwise, the lines shall be
repaired and adjusted by the Contractor at the Contractor's expense. The payment to the
10/23108 ASC-114
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
Contractor for utility adjustments shall be the actual cost of the adjustments plus ten percent
(10%) to cover the cost of bond and overhead incurred by the Contractor in handling the utility
adjustments.
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
All applicable provisions of Standard Specification Item 504 "Concrete Sidewalks and Driveways"
shall apply .
The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the
details or as directed by the Engineer.
All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME
color hardener or equal . A brick red color, a dry-shake hardener manufactured by L.M . Scofield
Company or equal , shall be used in accordance with manufacturer's instructions .
Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches
dimension, or other dimensions approved by the Engineer, meeting the aforementioned
specification if needed. The sample , upon approval by the Engineer shall be the acceptable
standard to be applied for all wheelchair ramp construction. Surface coloring shall be subsidiary
to the unit price for this pay item.
The method of application shall be by screen, sifter, sieve or other means in order to provide for a
uniform color distribution.
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)
The following criteria will be used to determine the limits of concrete pavement repair for this
contract:
1. The minimum size of repair for concrete shall be S'x 5'.
2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type, the
replacement shau · be extended to that joint
3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel
and a joint does not exist. All new joints (construction or dummy) shall be parallel with existing
joints.
4 . Depending on the existing . longitudinal joint spadng and the llmits of the damaged pavement ,
the contractor may be required to extend the replacement to the halfway point of the panel. The
determination shall be made by the inspector on a case by case b~sis in order to assure uniform
joint spacing .
Payment for all concrete pavement re.pairs shall be made at the unit price bid per square. yard as
shown in the proposal and shall be full compensation for furnishing all labor, materials,
equipment, tools, and incidentals necessary to complete the work. However, payment for
sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item.
· 10/23/08 ASC-115
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)
This item shall apply for the placement of concrete curb and gutter on H.M.A.C . paved streets .
Specification item no . 502 of the City of Fort Worth Transportation and Public Works.
Department's Standard Specifications for Street and Storm Drain Construction shall govern this
item .
DA-102 PAYMENT (UTIL. CUT)
Because of the unique nature of this contrctct , CB -8.5 PARTIAL ESTIMATES AND RETAINAGE
of the General Conditions shall not apply and shall be superseded by the following : (Please initial
below)
Whenever the improvements prescribed by an individual Work Order have been completed , the
Contra.ctor shall notify the Engineer. The Engineer or other appropriate official of the Owner will ,
within a reasonable time, perform the inspections. If such inspection reveals that the
improvements are in an acceptable condition and have been completed in accordance with the
terms of the Contract Documents and all approved modifications thereof, the Engineer will
recommend acceptance of the work under that particular Work Order and recommend payment
the refore .
If the Enginee r finds that the work has not been completed as required , he shall so adv ise the
Contractor in writ ing, furnishing him an itemized list of all known items which have not been
completed or which are not in an acceptable cond ition . When the Contractor has corrected all
such items , he shaU again notify the Engineer that the improvements are ready for inspection ,
and the Eng ineer shall proceed as outlined above .
Whenever the improvements prescribed by the individual Work Order have been completed and
all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an
estimate showing the value of the work. will be prepared by the Engineer as soon as the
necessary measurements , computations , and checks can be made .
The amount of the estimate will be paid to the Contractor after acceptance by the Water
Department Director, provided the Contractor has furnished to the Owne r satisfactory evidence of
payment as follows : Prior to submission of the estimate for payment , the Contractor shall execute
an affidavit, as furnished by the City , cert ify ing that a.II persons , firms , associations , corporations,
or other organizations furnishing labor and/ or materials under that Work Order have been paid in
full , that the wage scale established by the City Council in the City of Fort Worth has been paid ,
and that there are no claims pending for personal injury and/or property damages .
The acceptance by the Contractor of the individual payment as aforesaid shall operate as arid
shall release the Owner from all claims or liab mties under the Contract for anything done or
furnished or relating to the work under that Work Order or any act or neglect of said City relating
to or connected with the Contract.
The making of the payment by the Owner shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
Bidder's Initials --------
10/23/08 ASC-116
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-103 DEHOLES (MISC. EXT.)
The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order
together with a sketch . The location and dimensions shown on the plans relative to other existing
utilities are based on the best information available . Omission from , or the inclusion of utility
locations on the Plans is not to be considered as the nonexistence of, or a definite location of,
existing underground utilities. It shall be the Contractor's responsibility to verify locations of
adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may
negotiate such local adjustments as necessary in the. dehole process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all services
encountered. Any damage to utilities resulting from the Contractor's operations, shall be restored
at his expense.
Payment for work such as backfill and all other associated appurtenants required, shal.1 be
included in the price of the appropriate bid item.
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)
The Contractor shall have no more than three (3) locations under construction at any one time ,
unless approval by the Engineer has been granted in writing.
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)
Care shall be taken to keep all water extensions clean and free from foreign opjects . Chlorinated
lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe
laying, water shall be introduced slowly for sterilization, after which the extension shall be
thoroughly flushed with clean water. Risers shall be installed, as directed by the Engineer, for
flushing and for providing sample points for bacteria tests.
The water main extensions of the project shall be tested under normal line pressure and any
leaks observed shall be immediately repaired .
DA-106 BID QUANTITIES (MISC. EXT.)
Bid quantitfes 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 renegotfation 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. ·
DA-107 LIFE OF CONTRACT (MISC. EXT.)
It is contemplated that Work Orders will be issued to the Contractor for work to be performed
under this Contract for not to exceed 365calendar days following the date of the Contract nor to
exceed the limit of the bid price, whichever should occur first. The Contractor shall be required to
complete any work covered by a Work Order issued prior to that date of termination but will not
be required to accept any work order for execution dated after that date of termination . If the cost
of the work performed under this Contract is less than the limit of the bid price at the end of the
10123/08 ASC-117
PART DA -ADDITIONAL SPECIAL CONDITIONS
365 calendar day period, at the City's option and the Contractor's concurrence , the Project may
be extended to the limit of the bid price.
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Description :
The flowable fill material shall be delivered to the site , free flowing and self-leveling and shall
have a consistency enabling it to fill all voids without tamping, vibrating or compacting .
The flowable fill material shall have an in place density of not 1.ess than 95 and not more than 115
lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels. The height of free fall of the flowable fill shall not exceed four (4) feet.
2. Material Specifications:
Fl.owable fill shall consist of:
a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as
necessary).
b. Aggregates meeting ASTM C-33
c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406
d. Flyash, Class C or F, meetfng ASTM C-618
e. Admixtures
1. Mineral admixtures will be pozzolanic
2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix
concrete products unless specifically designed for flowable fill. Permissible types
of admixtures are:
a. High air generators, as manufactured by Grace Construction
Products or approved equal , which are specifically designed for
flowable fill to lower unit weights, reduce shrinkage and subsidence,
and control compressive strength .
b. Air entraining admixtures conforming to ASTM C-260.
c. High range water reducers conforming to ASTM C-494 Type F or G .
d. Accelerating admixtures conforming to ASTM C-494 , Type C.
1. Non-chloride, non-corrosive accelerators used where metals
are present in concrete or embedded members.
2. Calcium chloride
DA-109 . BRICK PAVEMENT REPAIR (MISC. REPL.)
Contractor shall take all precautions to carefully remove all existing brick pavers. The brick
pavers shall be handled with extreme care to avoid chipping and/or breaking of pavers. Until
installed, they shall be cleaned and neatly stacked on pallets (not to exceed 3 feet in height). If
necessary, all new brick pavers used on this project shall meet the specifications for ASTM
C1272 . The brick shall be a Type F heavy vehicular paving brick a minimum 2 5/8" thick, with
spacer nibs or tugs, and match the existing brick in size , shape, and color.
10123/08 ASC-118
PART DA -ADDITIONAL SPECIAL CONDITIONS
The brick pavers will be set on a %-inch sand/cement bedding mixture. The sand used shall
conform to ASTM C33 excluding all stone screenings that may pass the C33 sieve analysis . The
cement sand ratio shall. be 1 sack of cement per 1 CY of sand or as directed by the Engineer.
Filter fabric 12-inches wide will be installed over every construction, and/or expansion joint as well
as all vertical surfaces .
Once the brick pavers have been installed they will be vibrated into the sand bed . Sand
conforming to C33 will then be swept into joints and vibrated again. All brick shall be installed per
the manufacturer's recommendations. The resulting repair shall provide a smooth driving surface
and match all applicable street grades , cross slopes, and crowns .
The price bid per linear foot for "BRICK PAVEMENT REPAIR" as shown in the Proposal will be
full payment for materials including all labor, equipment, tools and incidentals necessary to
complete the work.
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)
The Engineer shall determine and designate to the Contractor the location of the service main
requiring replacement by a Work Order together with a sketch for each such replacement, giving
the limits, size and nature of work required . The Engineer will notify the Contractor that a Work
Order is ready and fax the Contractor a copy of the Work Order notification . The Contractor is to
provide his fax number to the Engineer at the pre-construction conference. Single or several
Work Orders may be issued at one time . The Contractor shall initiate work on a replacement
within seven (7) working days of the date the Work Order is faxed to the Contractor, and continue
work on the Work Order until it has been completed, not including paving. The Contractor shall
furnish and supply sufficient equipment and personnel to complete the Work Order in the amount
of time provided for in the Work Order. Should the Contractor fail to start any Work Order within
the time specified , he shall add the necessary work crews and equipment to prosecute the work
to complete the Work Order or Work Orders in the time provided therefore. ·
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)
Should the contractor fail to complete an individual work order in the given amount of calendar
days as specified on each individual work order, liquidated damage charges as prescribed in Part
C -General Conditions C7-7.10 Time of Completion will be subtracted from the final pay estimate
of that particular work order. The estimated amount for each particular work order will be used for
determining the amount of damages charged per calendar day of time exceeding the specified
amount.
The first two paragraphs of Part C -General Conditions C7-7.10 Time Of Completion shall be
replaced with the following: ·
The time of completion of each individual work order in an essential element of this contract
Each work order issued will have the maximum allowed number of calendar days allowed for the
completion of that specific work ..
The number of calendar days specified will. be calculated as follows : The total estimated cost for
the specific work. order divided by 2000 (rounded up) + 1 O days = Number of Calendar Days
allowed for Construction of lnd .ividual Work Order.
10/23108 ASC-119
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-112 MOVE IN CHARGES (MISC. REPL.)
A Work Order may contain one or more locations . One move-in fee will paid to the contractor per
Work Order issued . Locations for multiple sites per Work Order will be in the same general
vicinity, if possible , and if so, only one mobilization charge will be paid.
When water and sewer work are required only the water move in fee will be paid . At no time wlH
both fees be paid for one specific location.
DA-113 PROJECT SIGNS (IVIISC. REPL.)
Project Signs are required at all locations which will be under construction for more than thirty
(30) calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with
Figure 30 (dated 9-18-96) of the General Contract Documents . The signs may be mounted on
skids or on posts . The exact locations and methods of mounting shall be approved by the
engineer. Any and all costs for the required materials, labor, and equipment necessary for the
furnishing of Project Signs shall be considered as a subsidiary cost of the project and no
additional compensation will be allowed.
DA-114 LIQUIDATED DAMAGES (MISC. REPL.)
The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work
Order, for failure to begin a Work Order within the seven (7) working days of the date the Work
Order is faxed to the Contractor. Failure to complete project within the stipulated construction
time on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in
these contract documents.
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)
Because of the unique nature of this contract, the number of trench safety system designs
required is not known at the time bids are received . While the contractor is still bound by the
latest version of the U.S . Department of Labor, Occupational Safety and Health Administration
Standards, 29 CFR Part 1926, Subpart P-Excavations as detarted in D-26 Trench Safety System ,
it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs
be included in the unit price bid for Job Move in.
DA-116 FIELD OFFICE
As specified in Part. C, General Conditions C5-5 .6, the contractor shall provide a field office
exclusively for the City of Fort Worth Construction Manager and coordination meetings for the
follow ing:
A Temporary field office shall be established on the job site where approved or directed by the
Engineer, adequately furnished.
B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq
ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City
of Fort Worth Constructlon Manager throughout the period of construcUon. The temporary office
shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and
10123/08 ASC-120
PART DA -ADDITIONAL SPECIAL CONDITIONS
suitably ventilated. The office shall be provided with janitor service, heating and cooling
equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk
adequately as directed . Provide separate toilet facilities in the field office.
C. Provide the following furniture and equipment in the Construction Manager1s office:
1. One plan table , 3-ft by 5-ft and one stool
2. Desk about 3-ft by 5-.ft with desk chair
3. Two additionaJ chairs
4. Two-drawer, filing cabinet with lock
Field office shall also have available to the Construction Manager the following:
1. One conference table (6-ft).
2 , Eight folding chairs.
3. First aid kit suitable for ten people with manual, American White
Cross No. K10 or equal.
4. Duplicating machine, Xerox Model 10251 or equal.
D Contractor shall furnish temporary tight and power , including wiring , lamps and similar
equipment as required to adequately light all work areas and with sufficient power capacity to
meet the reasonable needs of the Construction Manager. Contractor shall make all necessary
arrangements with the local electric company for temporary electric service and pay all expenses
in connection therewith and pay all electrical bills.
DA417 •·· TRAFFIC CONTROL PLAN omit this section
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans. All other requirements of D-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
The contractor shall coordinate his work with the work of other contractors on remaining units of
this project. The contract documents indicate the starting and stopping points for each of the
units of the project. The plans indicate "connecting to an existing pipeline" constructed by others
and ending the line with the installation of a plug . If the start of the project cannot be connected
to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline
is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in
lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation
of blind flanges based on the unit price bid for the water or sewer main.
DA-119 CATHODIC PROTECTION SYSTEM
Within a week of commencing the installation of the Cathodic protection system, the contractor
shall furnish a letter from the Corrosion Protection System Manufacturer certifying, that the
Contractor's superintendent on the project has physically demonstrated the understanding to the
field installation procedure of the system and that the initial installation has been verifed and
found to meet the manufacturer's specifications.
10123/08 ASC-121
PART DA -ADDITIONAL SPECIAL CONDITIONS
Before the Final inspection of the project , the contractor shall have a NACE (National Association
of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning
Survey '. Based on this survey, a certification from the Manufacturer shall be furnished by the
Contractor to the City certifying that the system was found to be installed correctly and operating
effectively as per the intent of the specifications .
10123/08 ASC-122
... ::·:-·· ....
_..:·· . ,_.'·. ,'..,,,~:
t:.i :~~ :_> ; ·.-:::'; ,:·: .. }~]'. ·,/;.'.:·,. ':•fJ
.. ·. '.''.~'~lttt~~~<.
WATER DEPARTMENT
SECTION E SPECIFICATIONS
JANUARY I, 1978
All materials, construction methods and procedures used in this project shall conform to
Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications, together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes, the same as if copies verbatim
herein, and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth. ·
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20, 1981, follow:
El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P .I.
values as follows:)
c. Additional backfill requirements when approved for use in streets:
1. Type B Backfill
(c) Maximum plastic index (PI) shall be 8
2 . Type C Backfill .
(a) Material meeting requirements and having a PI of 8 or less shall be
considered as suitable for compaction by wetting
(b) Material, meeting requirement and having a PI of9 or more
shall be considered for use only with mechanical compaction
E2-2. l 1 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this
section to 95% Procter density except for paragraph a.I. where the "95% modified Procter
density" shall remain unchanged).
El 00-4 WATERTIGHT MANHOLE INSERTS .
SECTIONE100-MA1ERIALSPECIFICATIONS
MATERIAL STANDARD EI00-4
JANUARY 1, 1978 (ADDED 5/13/90)
EI00-4.1 GENERAL : This standard covers the furnishing and instalJation of watertight gasketed manhole
inserts in the. Fort Worth sanitary sewer collection system .
E 100-4.2 MATERIALS AND DESIGN :
a. The manhole insert shall be of corrosion-proof high density polyethelene that meets
or exceeds the requirements of AS1M D1248, Category 5, Type III.
b. The minimum thickness of the manhole insert shall be 1/8".
c. The manhole insert shall have a gasket that provides positive seal in wet or dry
· conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe
requirement of AS1M D 1056, or equal.
d . The manhole insert shall have a strap for removing the insert. The strap shall be made of
minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent
unravelling . Stainless steel hardware shall be used to securely attach strap to the insert.
e. The manhole insert shall have one or more vent holes or valves to release gasses and
allow water inflow at a rate no greater than 10 gallons per 24 hours.
EI00-4.3 INSTALLATION:
a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert
on the rim.
b. The manhole insert shall be fully seated around the manhole frame rim to retard water from
seeping between the cover and the manhole frame rim.
ElOO (1)
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OF WORK .................................................................................................... SP-4
2. AWARD OF CONTRACT ........................................................................................... SP-4
3. PRECONSTRUCTION ............................................................................................... SP -4
4. EXAMINATION OF SITE .......................................................................................... SP-4
5. BID SUBMITTAL ....................................................................................................... SP-4
6. WATER FOR CONSTRUCTION ................................................................................ SP-4
7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-5
8. PAYMENT ................................................................................................................. SP-5
9. SUBSIDIARY WORK .................................... : ............................................................ SP-5
10. LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ....................................................................................................... SP-5
11 . WAGE .RATES ........................................................................................................... SP-5
12 . EXISTING UTILITIES ................................................................................................ SP-6
13. MATERIAL STORAGE .............................................................................................. SP -6
14. PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS ............. : ............................................................................... SP-7
15. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7
16. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7
17. EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8
18 . MINORITY AND WOMEN BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ............................................................................................ SP-8
19 . FINAL CLEAN UP ............. ; ...................................................... , ............................... SP-10
20. CONTRACTOR 'S COMPLIANCE WITH WORKER'S
COMPENSATION LAW ............................................................................................. SP -10
21. SUBSTITUTIONS ..................................................................................................... SP-12
22. MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-13
23. WORK ORDER DELAY ........................................................................................... SP-13
24. CALENDAR DAYS .................................................................................................. SP-13
25. RIGHT TO ABANDON ............................................................................................. SP-13
26. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13
27. MAINTENANCE STATEMENT ...................... ; ........................................................ ,SP-13
28. .DELAYS ................ '. ......... ; ......................................................................................... SP-13
29. DETOURS AND BARRICADES ............................................................................... SP-14
30. DISPOSAL OF SPOIUFILL MATERIAL ................................................................... SP-14
31. QUALITY CONTROL TESTING ............................................................................... SP-15
32. PROPERTY ACCESS ............................................................................................. SP-15
33 . SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ....................... SP-15
34. WATER DEPARTMENT PRE-QUALIFICATIONS ............................ ; ...................... SP-16
35. RIGHT TO AUDIT .................................................................................................... SP-16
36. CONSTRUCTION STAKES .............................. , ....................................................... SP-16
37. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-17
38. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. Sf:>-17
39. AIR POLLUTION WATCH DAYS .............................................................................. SP-18
Rev 2-19-10 SP-1
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS:
40. PAY ITEM -PIPE -REMOVE .................................................................................. SP-18
41. PAY ITEM-PIPE-SALVAGE & INSTALL 24 INCH RCP-REMOVE ...................... SP-18
42. PAY ITEMS -PIPE-21 INCH-CLIII -INSTALL, PIPE-24 INCH-CLIII -INSTALL,
PIPE-36 INCH-CLIII -INSTALL, PIPE-48 INCH-CLIII -INSTALL. ........................... SP-19
43. PAY ITEM-STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP-
INST ALL ..................................................................................................................... SP-19
44. PAY ITEM -INLET -REMOVE ......................................................... , ...................... SP-22
45. PAY ITEMS -INLET-INLINE-5 FT . -INSTALL, INLET-INLINE-10 FT. -INSTALL,
INLET-lf\JLINE-15 FT-INSTALL .......................................... ; ................................... SP-22
46 . PAY ITEMS -MANHOLE-4 FT X 4 FT-INSTALL, MANHOLE-5 FT X 5 FT-
INSTALL, MANHOLE-6 FT X 6 FT-INSTALL ., ...................................................... SP-22
47. PAY ITEMS -MANHOLE-Type 1-C -INSTALL ....................................................... SP-22
48. PAY ITEMS -JUNCTION BOX-10 FT X 4 FT -INSTALL, JUNCTION BOX-TYPE I -
INSTALL ............................................................................................................ · ... SP-23
49. PAY ITEM-HEADWALL-48 INCH PIPE -INSTALL ............................................... SP-23
50. PAY ITEM -EROSION CONTROL-GABION BASKET -INSTALL .......................... SP-23
51. PAY ITEM-FENCE-REMOVE, PAY ITEM-GUARDRAIL-REMOVE,
PAY ITEM-FENCE-POST & CABLE-REMOVE ............................................. SP-25
52. PAY ITEM -FENCE-CHAINLINK -INSTALL. .......................................................... SP-25
53. PAY ITEM -FENCE-TEMPORARY -INSTALL. ...................................................... SP-25
54. PAY ITEM -GUARDRAIL -INSTALL ...................................................................... SP-26
55. PAY ITEM-FENCE-POST & CABLE -INSTALL. ............................................. SP-26
56. PAY ITEM -GRASS-SOD-INSTALL ...................................................................... SP-26
57. PAY ITEM -TOPSOIL -INSTALL ........................................................................... SP-29
58. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL. ............... SP-29
59. PAY,ITEM -CURB AND GUTTER -REMOVE. ....................................................... SP-30
60 . PAY ITEM-CURB AND GUTTER-7 INCH w/18 INCH GUTTER-INSTALL ......... SP-30
61. PAY ITEM -WALK -REMOVE ............................................................................... SP-31
62. PAY ITEM -PAVEMENT-VALLEY GUTTER -REMOVE, PAVEMENT-CONCRETE
FLUME -REMOVE ...................................................................... · ........................... SP-31
63. PAY ITEM-PAVEMENT-VALLEY GUTIER -INSTALL, PAVEMENT-4 Inch
REINFORCED CONCRETE FLATWORK -INSTALL .............................................. SP-32
6.4. PAY ITEM -DRIVEWAY -REMOVE .................................................... '. .................. SP-32
65. PAY ITEM -DRIVEWAY-6 INCH -INSTALL. .......................................................... SP-33
66. PAY ITEM -SIGN-PROJECT DESIGNATION -INSTALL ....................................... SP-33
67. PAY ITEM -TRAFFIC CONTROL -INSTALL ......................................................... SP-34
68. PAY ITEM -PAVEMENT-2 INCH HMAC ON 6 INCH FLEX BASE-TEMPORARY-
INSTALL ................................................................................................... SP-34
69 . PAY ITEM-PAVEMENT-2 INCH MIN HMAC ON 2/27 CONCRETE BASE-
INSTALL ................................................................................................... SP-35
70. PAY ITEM-PAVEMENT-8-INCH PULVERIZATION -REHAB ............................ SP-36
71. PAY ITEM-PAVEMENT-CEMENT MODIFICATION (26LBS/SY)-INSTALL. ..... SP-36
Rev 2-19-10 SP-2
72 . PAY ITEM-PAVEMENT - 2 INCH SURFACE COURSE-TYPED MIX -INSTALL SP-37
73 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR. ............................................... SP-37
74. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-38
75. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-38
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
76. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL. ......................... SP-38
77 . NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-38
78. NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-39
79. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-41
80 . NON-PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ SP -42
81 . NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION ..................................................................................................... SP-42
82 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................ SP-42
83. NON-PAY ITEM -WASHED ROCK ........................................................................... SP-43
84. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE OR PAVEMENT .............. SP-43
85 . NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES ................................................................................................................... SP-43
86. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-43
87 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-43
88 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-44
89. NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................. SP-44
Rev 2-19-10 SP-3
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: Oakridge Terrace & Linda Lane Drainage Improvements
CITY PROJECT NO.: 00474
1. SCOPE OF WORK: The work covered by these plans and specifications includes
construction of approximately 3,820LF of Storm Sewer Trunk. Major bid items include
3,820LF of Storm Sewer Pipe ranging in diameter from 21-inch to 48-inch ; 15 Curb Inlets
ranging in length from 5-feet to 15-feet; 8 Manholes ranging in size from 4-feet x 4-feet to 6-
feet x 6-feet; 5,079SY of Pavement Pulverization and 2-inch HMAC (Type 'D') Overlay; and
all other miscellaneous items of construction to be performed as outlined in the plans and
specifications which are necessary to satisfactorily complete the work.
2. AWARD OF CONTRACT: Bidders are hereby informed that the Director of the
Transportation and Public Works Department reserves the right to evaluate and recommend
to the City Council the best bid that is considered to be in the best interest of the City .
3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant,
and City shall meet at the call of the City for a preconstruction conference before any work
begins on this project. At this time, details of sequencing of the work, contact individuals for
each party, request for survey, and pay requests will be covered. Prior to the meeting, the
Contractor shall prepare schedules showing the sequencing and progress of their work and
.its effect on others. A final composite schedule wil.1 be prepared during this conference to
allow an orderly sequence of project construction .
4 . 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 that 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 preparation of the
Proposal and all unusual conditions that may give rise to later contingencies should be
brought to the attention of the City prior to the submission of the Proposal.
5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed
forms that must be submitted with the Proposal (including Vendor Compliance to State Law).
Failure to provide a complete bid package may be grounds for designating bids as "non-
responsive " and rejecting bids as appropriate and as determined by the Director of the .
Transportation and Public Works Department.
6. WATER FOR CONSTRUCTION: . Water for construction will be furnished by the
Contractor at his own expense.
Rev 2-19-10 SP-4
7. SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary
conveniences for the use of workers at the project site. Specific attention is directed to this
equipment.
8. PAYMENT: The Contractor shall receive full payment from the City for all the work based
on unit prices bid on the proposal and specified in the plans and specifications and approved
by the ENGINEER per actual field measurement.
9. SUBSIDIARY WORK: Any and all work specifically governed by documentary
requirement for the projects, 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, including but not
limited to surface restoration cleanup and relocation of mailboxes.
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these specifications shall be covered by Item No. 102 "Clearing
and Grubbing" and shall be subsidiary to the other items of the contract.
10; LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC: The Contractor's
particular attention is directed to the requirements of Item 7, "Legal Relations and
Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction".
11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code (Chapter 2258), including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258. Such prevailing wage rates are included in these contract documents.
Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall, upon
demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing . wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset
its administrative costs, pursuant to Texas Government Code 2258.023.
Complaints of Violations and City Determination of Good Cause.
On receipt of information, including a complaint by a worker, concerning an alleged
violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City receives
the information, as to whether good cause exists to believe that the violation occurred.
The City shall notify in writing the contractor or subcontractor and any affected worker of
its initial determination. Upon the City's determination that there is good cause to believe
the contractor or subcontractor has violated Chapter 2258, the City shall retain the full
amounts claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
Rev 2-19-10 SP-5
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. ·
12. EXISTING UTILITIES: The locations and dimensions shown on the plans relative to
existing utilities are based on the best information available. It shall be the Contractor's
responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of
construction in order that he may negotiate such local adjustments as are necessary in the
construction process in order to provide adequate clearance. The Contractor shall take all
necessary precautions in order to protect all services encountered.
Any damage · to utilities and any losses to the utility or City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense.
13; MATERIAL STORAGE: Material shall not be stored on private property unless the
Contractor has obtained permission in writing from the property owner and storage of
material on the private property complies with current City zoning requirements for the use of
property for storage purposes.
Rev 2-19-10 SP-6
14. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS : The Contractor shall
take adequate measures to protect all existing structures, improvements and utilities, which
may be encountered.
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the Design Consultant 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.
15. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are
approximate . It is the Contractor's sole responsibility to ver ify all the minor pay item
quantities prior to submitting a bid . No additional compensation shall be paid to Contractor
for errors in the quantities . Final payment will be based upon f ield measurements . The City
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 anticipated profits or
shall such changes be considered as waiving or invalidating any conditions or provisions of
the Cont ract Documents.
Variations in quantities of storm drain pipes in depth categories shall be interpreted herein as
applying to the overall quantities of storm drain pipe in each pipe size but not to the various
depth categories.
16. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants
and agrees to indemnify City 's Design 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 City, its officers, servants and
employees , from and against any and all claims or suits for property loss, property damage ,
personal injury, including death , arising out of, or alleged to arise out of, the work and
services to be performed hereunder by Contractor, its officers, agents, employees ,
subcontractors , licensees or invitees , whether or not any such injury, damage or death is
caused, in whole or in part, by the negligence or alleged negligence of City, its
officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the City from and against any and all injuries to City's officers, servants
and employees and any damage, loss or destruction to property of the City arising from the
performance of any of the terms and conditions of this Contract, whether or not any such
injury or damage is caused in whole or in part by the negligence or alleged negligence ·
of City, its officers, servants or employees.
In the event City 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 City satisfactory evidence that the claim has been settled and/or a release
from the claimant involved, or (b) provides City with a letter from Contractor's liability
insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed 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.
Rev 2-19-10 SP-7 -
17. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code Sections
13-A-21 through 12-A-29) prohibiting discrimination in employments practices .
The Contractor shall post the required notice to that effect on the project site , and at his
request, will be provided by 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.
18 . MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In
accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts . The Ordinance is incorporated in these specifications by reference . A copy of the
Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the
ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM , M/WBE GOALS WAIVER FORM AND GOOD FAITH
EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid
opening . Failure to comply shall render the bid non-responsive.
Upon request,. Contractor agrees to provide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on
the contract and payment thereof. 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 acts (other than a
negligent misrepresentation) and /or the commission 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 statement. Further, any such misrepresentation (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 not less than three years .
The City will consider the Contractor's performance regarding its M/WBE program in the
evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate
"good faith effort", shall result in a bid being rendered non-responsive to specifications .
Contractor shall provide copies of subcontracts or co-signed letters of intent with approved
M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also
provide monthly reports on utilization of the subcontractors to the City's M/WBE office.
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals . The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint venture equal to the percentage of the M/WBE
participation in the joint venture for a clearly defined portion of the work to be performed . All
M/WBE Contractors used in meeting the goals must be certified prior to the award of the
Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas
Regional Certification Agency (NCTRCA) or Texas Department of Transportation {TxDOT),
Highway Division and must be located in the nine (9) county marketplace or currently doing
business in the marketplace at time of bid. The Contractor shall contact all such M/WBE
· subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort
Rev 2-19-10 SP-8
forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to
bid opening may result in the reject ion of bid as non-responsive.
Whenever a change order affects the work of an M/WBE subcontractor or supplier, the
M/WBE shall be given an opportunity to perform the work . Whenever a change order
exceeds 10% of the original contract, the M/WBE coordinator shall determine the goals
applicable to the work to be performed under the change order.
During the term of the contract the contract shall:
1. Make no unjustified changes or deletions in its M/WBE participation
commitments submitted with or subsequent to the bid, and,
2. If substantial subcontracting and/or substantial supplier opportunities arise
during the term of the contract which the Contractor had represented he would
perform with his forces, the Contractor shall notify the City before subcontracts
or purchase orders are let, and shall be required to comply with modifications
to goals as determined by the City, and,
3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM, if the Contractor
desires to change or delete any of the M/WBE subcontractors or suppliers.
Justification for change may be granted for the following:
a. Failure of Subcontractor to provide evidence of coverage by Worker's
Compensation Insurance .
b. Failure of Subcontractor to provide required general liability of other
insurance .
c. Failure of Subcontractor to execute a standard subcontract form in the
amount of the proposal used by the Contractor in preparing his M/WBE
Participation plan.
d. Default by the M/WBE subcontractor or supplier in the performance of
the subcontractor.
Within ten (10) days after final payment from the City, the Contractor shall
provide the M/WBE Office with documentation to reflect final participation of
each subcontractor and supplier used on the project, inclusive of M/WBEs .
19. FINAL CLEAN-UP: Final cleanup work. shall be done for this project as soon as the
paving and curb and gutter has been completed. No more than seven days shall elapse
after completion of construction before the roadway and ROW. 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 or its representative. This cleanup shall include removal
of all objectionable rocks, pieces of asphalt or concrete and other construction materials, and
in general restoring the worksite to an orderly appearance.
Rev 2-19-10 SP-9
-
20. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
a. DEFINITIONS:
b. 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. 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.
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,
City-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.
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 to the governmental entity:
(1)
(2)
Rev 2-19-10
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
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.
SP-10
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 i n writing by certified mail o r personal
delivery, within ten (10) days after the Contractor knew or should have known, or 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, 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 :
Rev 2-19-10
( 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 persori beg i nning 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) prov ide 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;
Obtain form 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;
(c) retain all required certificates of coverage on file for the
duration of the project and for one year thereafter.
(d) notify the governmental entity in writing by certified mail or
personal delivery, within ten ( 10) days after the person knew or
should have known, of any change that materially affects the
SP-11
-
provision of coverage of any person providing services on the
project; and
(e) 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.
j . 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
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. ·
k. 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 day
after receipt of notice of breach from the governmental entity.
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 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 worker's 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 identify 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".
21. SUBSTITUTIONS: The specifications for materials set out the minimum standard of
quality that 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
Rev 2-19-10 SP-12
a substitution for the material that 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 , the substitution must be approved by the City . Where
the term "or equal ", 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 providing 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 the sub-
section as related to "substitutions" shall be applicable to all sections of these specifications.
22 . MECHANICS AND MATERIALMEN 'S LIEN: The Contractor shall be required to execute
a release of mechanics and materialmen 's liens upon receipt of payment.
23 . WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and
easements and/or permits obtained on this project within sixty (60) days of advertisement of
this project. The work order for subject project will not be issued until all utilities, right-of-
ways , easements and/or permits are cleared or obtained. The Contractor shall not hold the
City of Fort Worth responsible for any delay in issuing the work order for this Contract.
24. CALENDAR DAYS: The Contractor agrees to complete the Contract within the allotted
number of calendar days .
25 . RIGHT TO ABANDON : The City reserves the right to abandon, without obligation to the
Contractor, any part of the project or the entire project at any time before the Contractor
begins any construction work authorized by the City.
26. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two
following published specifications, except as modified by these Special Provisions:
STANDARD SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS
A copy of either of these specifications may be purchased at the Office of the Department of
Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal Building,
Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in
the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort
Worth document rather than Division 1 of the North Central Texas document.
27. MAINTENANCE STATEMENT: 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 and will be required to replace at his expense any part
or all of the project which becomes defective due to these causes.
28. DELAYS: The Contractor shall rece ive 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
Rev 2-19-10 SP-13
-
City. When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Transportation and Public Works
Department 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 ENGINEER to stop work or by the
performance of extra work or by the failure of the City to provide material or necessary
instructions for carrying · on the work, then such delay will entitle the Contractor to an
equivalent extension of time, his application for 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 form all his obligations hereunder which shall remain in
full force until the discharge of the contract.
29 . DETOURS AND BARRICADES: 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. Contractor shall protect
construction as required by ENGINEER by providing barricades.
Barricades , warning and detour signs shall conform to the Standard Specifications "Barriers
and Warning and/or Detour Signs," Item 524 and/or as shown on the plans.
Construction signing and barricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways"
30. DISPOSAL OF SPOIL/FILL MATERIAL: Prior to the disposing of any spoil/fill material,
the Contractor shall advise the Director of the Department of Transportation and Public
Works acting as the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of the
location of all sites where the Contractor intends to dispose of such material. Contractor
shall not dispose of such material until the proposed sites have been determined by the
Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth
(Ordinance No . 10056). All disposal sites must be approved by the Administrator to ensure
the filling is not occurring within a flood plain without a permit. A flood plain permit can be
issued upon approval of necessary engineering studies. No fill permit is required if disposal
sites are not in a flood plain. 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 materials at a site
without a fill permit or a letter from the administrator approving the disposal site, upon
notification by the Director of Transportation and Public Works, Contractor shall remove the
spoil/fill material at its expense and dispose of such materials in accordance with the
Ordinance of the City and this section.
Rev 2-19-10 SP-14
31. 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 on site 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 ttie Contractor and will be billed
at commercial rates as determined by the City. The failure of the City to make any
tests of materials shall in no way relieve the Contractor of its responsibility to furnish
materials and equipment conforming to the requirements of the contract.
( d) Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing. The Contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested.
( e) The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
32. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times
unless otherwise directed by the ENGINEER.
33. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
(a) 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."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm, except back hoes or dippers
and insulator links on the lift hood connections. '
Rev 2-19-10 SP-15
,..
(c) When necessary to work within six feet of high voltage electric lines, notification shall
be given the power company which will erect temporary mechanical barriers , de-
. energize the line or raise or lowe r the line. 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 the power company and shall record
action taken in each case.
(d) The Contractor is required to make arrangements with the power company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
(e) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (c).
34 . WATER DEPARTMENT PRE-QUALIFICATIONS: 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 .
35. 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 workspace in order to conduct aud its 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, under 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 together with subsectiqn (c )
hereof. City shall give subcontractor reasonable advance notice qf intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse Contractor for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time copying
is performed.
36. CONSTRUCTION STAKES:
The City, through its Surveyor or agent, will provide to the Contractor construction stakes or
other customary methods of markings as may be found consistent with professional practice
to establish line and grade for roadway and utility construction and centerlines and
benchmarks for bridgework. These stakes shall be set sufficiently .in advance to avoid delay
Rev 2-19-10 SP -16
whenever practical. One set of stakes shall be set for all storm sewer construction . 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, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by
the City have been lost, destroyed, or disturbed , that the proper prosecution and control of
the work contracted for in the Contract Documents cannot take place , then the Contractor
shall replace such stakes or markings as required. An ind ividual registered by the Texas
Board of Professional Land Surveying as a Registered Professional Land Surveyor shall
replace these stakes, at the Contactor's expense . No claims for delay due to a lack of
replacement of construction stakes will be accepted, and time will continue to be charged in
accordance with the Contract Documents.
37 . LOCATION OF NEW WALKS AND DRIVEWAYS:
The Contractor will make every effort to protect existi ng trees within the parkway, with the
approval of the ENGINEER, the Contractor may re-locate proposed new driveways and
walks around existing trees to minimize damage to trees.
38. EARLY WARNING SYSTEM FOR CONSTRUCTION: Time is of the essence in the
completion of this contract. In order to insure that the Contractor is responsive when notified
of unsatisfactory performance and/or of failure to maintain the contract schedule, the
following process shall be applicable :
The work progress on all construction projects will be closely monitored. On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time charged
to the contract. If the amount of work performed by the Contractor is less than the
percentage of time allowed by 20% or more ( example: 10% of the work completed in 30% of
the stated contract time as may be amended by change order), the following proactive
measures will be taken :
1. A letter will be mailed to the Contractor by certified mail, return receipt
requested demanding that, within 10 days from the date that the letter is
received , it provide sufficient equipment, materials and labor to ensure
completion of the work within the contract time. In the event the Contractor
receives such a letter, the Contractor shall provide to the City an updated
schedule showing how the project will be completed within the contract time.
2. The Project Manager and the Directors of the Department of Transportation
and Public Works and the Water Department 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 Transportation and Public Works
. Department's Public Information Officer.
4. Upon receipt of the Contractor's response, the appropriate City departments
and · directors will be notified. The Transportation and Public Works
Department will, if necessary, then forward updated notices to the interested
individuals.
Rev 2-19-10 SP-17
-
5. If the Contractor fails to provide an acceptable schedule or fails to perform
. satisfactorily a second time prior to the completion of the contract, the bonding
company will be notified appropriately.
39 . AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as "AIR
POLLUTION WATCH DAYS ". Typically, the OZONE SEASON , within the Metroplex area ,
runs from May 1 through OCTOBER 31, with 6:00 a.m. -10 :00 a.m. being critical BECAUSE
EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT
ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION .
The Texas Commission on Environmental Quality (TCEQ), in coordinat ion 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. Howeve r, 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 cert ified 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, the
calendar days allowed may be adjusted.
CONSTRUCTION
40. PAY ITEM -PIPE -REMOVE (BID-00080):
This item will include removal of existing concrete storm drain pipe at locations shown on the
plans. This item shall be governed by all applicable provisions of Standard Specifications for
Construct ion, City of Fort Worth, Item 100 'Preparing Right of Way'.
The price bid per linear foot as shown in the Proposal will be full payment for disposal and
materials including all labor, equipment, tools and incidentals necessaryto complete the
work.
41. PAY ITEM -PIPE -SALVAGE AND REINSTALL-24 INCH RCP (BID-00080):
This item shall include the salvage and reinstallation of existing concrete storm drain pipe at
locations shown on the plans or where deemed necessary by the ENGINEER. Salvageable
material which is destroyed or damaged in its removal by Contractor due to his negligence
shall be replaced by the Contractor with new material of equal or better quality at his
expense .
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 440 'Reinforced Concrete Pipe' and Item 402 'Trench
Excavation and Backfill for Storm Drain.'
. The unit ·price per linear foot shown on the Proposal shall be . full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work for each .
Rev 2-19-10 SP-18
42. PAY ITEMS -PIPE -21 Inch -CL Ill -INSTALL (BID-00081),
PIPE -24 Inch-CL Il l -INSTALL (BID-00082),
PIPE-36 Inch -CL Ill -INSTALL (BID-00085),
PIPE -48 Inch -CL Ill -INSTALL (BID-00087):
This item shall include the furnishing and installation of new Class Ill Reinforced Concrete
Pipe, appurtenant fittings and connections at locations shown on and details included within
the plans .
This item shall be governed by all applicable prov1s1ons of Standard Specifications for
Construction, City of Fort Worth, Item 440 'Reinforced Concrete Pipe ' and Item 402 'Trench
Excavation and Backfill for Storm Drain.' Jetting of trench backfill will not be allowed on this
project.
Work subsidiary to this pay item includes all the proposed excavation, trench backfill in the
project area, including use of cement stabilized sand within in itial backfill along pipe grades
equal to or exceeding ten percent (10%) and filter fabric. Excess material which is obtained
from excavating the trench may be used for fill placement subject to the provisions of Item
114 'Embankment' and approval of the ENGINEER.
All excavated material which is unacceptable as fill material shall become the property of the
Contractor to be hauled off the site and disposed of properly. Unacceptable material shall
be , but not limited to : rocks, concrete , asphalt, debris , etc. The cost for removal and disposal
of unacceptable materia l shall be subsidiary to the unit prices.
The unit price per linear foot shown on the Proposa l shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work for each .
43 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP -
INSTALL (BID-00100):
This item will consist of the basic requirements which the Contractor must comply with in
order to provide for storm water pollution prevention .
PERMIT : As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is
required for all construction activities that result in the disturbance of one to five acres (Small
Construction Activity) or five or more acres of total land (Large Construction Activity). The
Contractor is defined as an "operator" by state regulations and is required to obtain a perm it.
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).
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
Rev 2-19-10 SP-19
-
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 ori site and shall include the required $325 application fee (if mailed) or $225 (if e-
filed).
The NOi shall be mailed to:
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
P.O . Box 13087
Austin, TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin , TX 78753
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 :
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin, TX 78711-3087 · ,
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin, TX 78753
A copy of the NOi and NOT shall be sent to:
City of Fort Worth
Department of Environmental Management
1000 Throckmorton Street
Fort Worth, TX 76102
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters
and techniques to be employed to reduce the release of sediment and pollution from the
construction site. Five of the project SWPPP's are available for viewing at the plans desk of
the Department of Transportation and Public Works. The selected Contractor shall be
Rev 2-19-10 SP-20
provided with three copies of the SWPPP after award of contract, along with unbounded
copies of all forms to be submitted to the Texa~ Commission on Environmental Quality.
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the
TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ
requirements prepared by the ENGINEER shall be prepared and implemented at least 48
hours before the commencement of construction activities. The SWPPP shall be
incorporated into in the contract documents. The Contractor shall submit a schedule for
implementation of the SWPPP. Deviations from the plan must be submitted to the
ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the
permit since the actual construction activities may vary from those anticipated during the
preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at
the construction site. Any alterations to the SWPPP proposed by the Contractor must be
prepared and submitted by the Contractor to the ENGINEER for review and approval. A
Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization
has been achieved on all portions of the site that is the responsibility of the permittee, or,
when another permitted operator assumes control over all areas of the site that have not
been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not
required. However, a TCEQ Site Notice form must be completed and posted at the site. A
copy of the completed Site Notice must be sent to the City of Fort Worth Department of
Environmental Management at the address listed above. A SWPPP, prepared as described
above, shall be implemented at least 48 hours before the commencement of construction
activities . The SWPPP must include descriptions of control measures necessary to prevent
and control soil erosion, sedimentation and water pollution and will be included in the
contract documents. The control measures shall be installed and maintained throughout the
construction to assure effective and continuous water pollution control. The controls may
include, but not be limited to, silt fences, straw bale dikes, rock berms, diversion dikes,
interceptor swales, sediment traps and basins, pipe slope drain, inlet protection, stabilized
construction entrances, seeding, sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls . The method of control shall result
in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual."
Deviations from the proposed control measures must be submitted to the ENGINEER for
approval.
The lump sum unit price shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work as contained within
the project SWPPP
Rev 2-19-10 · SP-21
---
-
44. PAY ITEM -INLET-REMOVE (810-00102):
This item will include removal of existing concrete curb inlets at locations shown on the
plans. This item shall be governed by all applicable provisions of Standard Specifications for
. Construction , C ity of Fort Worth, Item 100 'Preparing Right of Way'.
The price bid per each as shown in the Proposal will be full payment for materials including
all labor, equipment , tools and incidentals necessary to complete the work.
45 . PAY ITEMS -INLET-INLINE -5 Ft -INSTALL (810 -00109),
INLET-INLINE -10 Ft -INSTALL (810-00106),
INLET-INLINE -15 Ft -INSTALL (810-00107):
This item shall include furnishing materials and construction of reinforced concrete inlets at
locations shown on the plans .
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth, Item 444 "Manholes and Inlets "; as well as figures S0-001
and SD-020 . ·
The unit price per each shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work for each. · ·
46. PAY ITEMS-MANHOLE -4 Ft X 4 Ft-INSTALL (810-00118),
MANHOLE -5 Ft X 5 Ft-INSTALL (BID-00117),
MANHOLE -6 Ft X 6 Ft -INSTALL (BID-00117): ,
This item shall include furnishing materials and construction of reinforced concrete manholes
at locations shown on the plans.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth, Item 444 "Manholes and Inlets"; as well as figures S0-006,
S0-007 and S0-010.
The unit price per each shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work for each.
47. PAY ITEMS-MANHOLE -Type 1-C-INSTALL (810-00115):
This item shall include furnishing materials and construction of reinforcetj concrete manholes
at locations shown on the plans .
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as plan details.
The unit price per each shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work for each.
Rev 2-19-10 SP-22 ·
48. PAY ITEMS -JUNCTION BOX-Type I -INSTALL {BID-01287),
JUNCTION BOX-10 Ft X 4 Ft-INSTALL {BID-01287):
This item shall include furnishing materials and construction of reinforced concrete junction
boxes at locations shown on the plans.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 444 "Manholes and Inlet$"; as well as plan details.
The unit price per cubic yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work for each.
49. PAY ITEMS -HEADWALL -48 INCH PIPE-INSTALL {BID-00077):
This item shall include furnishing materials and construction of reinforced concrete headwalls
at locations shown on the plans.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as figures SD-017
and SD-018.
The unit price per cubic yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work for each.
50. PAY ITEMS-EROSION CONTROL-GABION BASKET-INSTALL (BID-00067):
This item shall include furnishing materials and construction of gabion structures conforming
to the lines, grades, locations and designs as shown on the plans.
Gabion baskets shall consist of uniform hexagonal twisted wire mesh coated as specified on
the plans. Basket materials shall conform to requirements of ASTM A975 Double-Twisted
Hexagonal Mesh Gabions and Revet Mattresses (Metallic-Coated Steel Wire With Poly
(Vinyl Chloride) (PVC) Coating), except as modified by these specifications.
Uniform hexagonal wire mesh shall be woven in double twist pattern with openings fabricated
in such a manner as to be nonraveling, and designed to provide the required flexibility and
strength. The perimeter edges of the twisted wire mesh shall be woven around a reinforcing
wire in a manner designed to prevent slippage, and the edges of the mesh shall be securely
selvedged. All corners shall be reinforced by heavier wire. ·
Gabions shall be so fabricated that sides, ends, lid, base and diaphragms can be readily
assembled at the construction site into rectangular baskets with a minimum thickness of one
( 1 )-foot. Where the length of the gabion exceeds one-and-one-half times its horizontal width,
the gabion shall be divided by diaphragms, of the same mesh and gauge as the body of the
gabion, into equal cells whose length does not exceed the horizontal width. Diaphragms shall
be secured in the proper position on the base section.
All dimensions for twisted wire mesh gabions are subject to tolerance limit of five-percent.
The stone shall be graded from 3-in. to 8-in. in a diameter. The Stone shall have a specific
gravity of at least 2.40 and shall have a percent of wear not more than 40 when tested in
accordance with TxDOT Test Method TEX-410-A Abrasion of Coarse Aggregate using the
Los Angeles machine.
Rev 2-19-10 SP-23
, .
Non-Woven geotextile fabric for use as a filter media shall be placed along the gabion
structure as shown in the plans. The geotextile fabric shall be placed with a minimum overlap
of 18-in. Fabric shall be secured as necessary by pins or other suitable means before placing
gabion baskets. Aggregate filter layer shall be constructed as designed.
Gabion baskets shall be assembled as instructed by the basket manufacturer. In the
absence of manufacturer instructions , they shall be assembled as specified below unless
directed otherwise by the ENGINEER.
Twisted wire mesh gabion baskets are assembled by unfolding the baskets on a hard
surface and stamping out all kinks . Fold up the front , bclck, and the end panels and fasten
together with the projecting heavy gauge w ire by twisting it around the selvage wire two
complete turns . Fold the diaphragms up and secure in the same manner. All edges and
diaphragms to sides are now laced together in the following manner: Cut a length of lacing
wire approximately 5-ft long, secure the wire at one by looping and twisting together. Then
proceed lacing with a double loop (made at the same point) approximately every 4-to 5-in .
apart, pulling the basket pieces tightly together. Secure the end of the wire by again looping
and twisting.
Gabion baskets shall be placed in position empty arid shall be bound together, each to its
neighbor, along all contracting edges in order to form a continuous connecting structural unit.
Binding shall be in the same manner as that used to assemble baskets and shall produce a
joint that is strong as the body of the mesh .
Twisted wire mesh gabions 3-feet high that are placed in a straight row are to be stretched in
the following manner before being tied to the adjacent gabions. Tie together gabion baskets
end to end. Secure one end of the row by tying to gabions already filled or fill the end gabion
with stone and then stretch baskets sufficiently to remove kinks. While maintaining tension,
tie the row of baskets to its neighbor and then fill with stone.
When the assembled empty gabion baskets have been installed, the gabion stone shall then
be placed in the following manner. The gabion baskets may be filled by machine with
sufficient additional handwork to accomplish a maximum density and a minimum amount of
voids . Vertical outside surfaces shall be placed by hand with large select stone in order to ·
achieve the best appearance. Baskets are to be filled in 12-in . layers in order to install a
looped inner tie wire in each cell connecting to front and back faces every 12-in. of vertical
height in any unsupported face. Individual cells may not be filled more than 1-ft. above any
adjacent cell unless looped inner t ie wires run in both directions.
Each twisted wire mesh gabion basket shall be filled to its maximum , which is approximately
1 % ,.in. higher than the sides, and the surface leveled with a minimum amount of voids, the
lids shall be pried down and over with a bar until the edge of the lid and edge of the basket
· are together. The heavy projecting wire on the lids shall be twisted around the heavy wire on
the sides two complete turns , and the lid shall then be tied to the edges and tops of
diaphragms in the same manner as the baskets are assembled so that the finished joint is as
strong as the body of the mesh. The lids of the gabion baskets shall also be tied together,
each to its neighbor along the connecting edges to insure the formation of a continuous
connecting structural unit. Special attention shall be given that all projecting sharp ends of
wire are turned in.
Rev2-19-10 SP-24
Gabions shall be measured for payment cubic yards based on the dimensions shown on the
plans or on revised dimensions , where changes are ordered or approved by the Owner.
Gabions shall be paid for at the contract unit price complete in place, as provided in the
proposal and the contract. The contract unit price shall be the total compensation for
preparing the sub grade, including sawcutting, excavation; for furnishing, placing and
assembling all materials ; for furnishing, placing, shaping and tamping backfill; for disposal of
all surplus materials; and for all labor, tools, equipment and incidentals necessary to
complete the work.
51. PAY ITEM-FENCE -REMOVE (BID-00127),
PAY ITEM-GUARDRAIL -REMOVE (BID-00406),
PAY ITEM-FENCE -POST & CABLE -REMOVE (BID-00821):
This item shall include the removal and disposal of fence at locations shown on the plans or
where deemed necessary by the ENGINEER.
The Contractor shall be responsible for keeping pets within the fenced areas during
construction operations and while removing the fence , and for any damage or injury
sustained by persons, pets or property on account of any act of omission, neglect or
misconduct of his agents , employees, or subcontractors .
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials, labor, equipments , tools and incidentals necessary to complete the work.
52. PAY ITEM -FENCE -CHAIN LINK-INSTALL (BID -00128):
This item shall include the furnishing and installation of new 4-feet fence at locations shown
on the plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 510 'Chain Link Fence '. The constructed fence shall be
equal in every way, or superior, to the fence removed .
The unit price per linear foot shown on the Proposal shall be measured in place from center-
to-center of end post or corner posts and shall be full compensation for all fence actually
constructed , including gates, materials , labor, equipments, tools and incidentals necessary to
complete the work for each .
. 53 . PAY ITEM-FENCE-TEMPORARY-INSTALL (BID-00130):
This item shall include the installation , maintenance, and subsequent removal and disposal
of the temporary fence at the locations shown on the plans or where deemed necessary by
the ENGINEER.
The Contractor shall exercise caution in removing and salvaging the materials so they may
be used in reconstructing the fence. The constructed fence shall be equal in every way, or
superior, to the fence removed. The Contractor shall be responsible for keeping
pets/livestock within the fenced areas during construction operation and while removing and
relocating the fence , and for any damage or injury sustained by persons, pets/livestock or
property on account of any act of omission, neglect or misconduct of his agents, employees ,
or subcontractors .
Within Carter Park, the Contractor shall install plastic mesh fencing per manufacturer's
specifications to provide a visual warning and control. Fencing shall be supported by and
Rev 2-19-10 SP-25
-
-
securely tied to steel posts (T-Posts) driven into ground, be 36-inches (minimum) in height
,and safety orange in color.
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work for each.
54. PAY ITEM -GUARDRAIL -INSTALL (BID -00405):
This item shall include the furnishing and installation of new steel guardrail at locations
shown on the plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 506 'Steel Guardrail'.
The unit price per linear foot shown on the Proposal shall be measured in place from end-to-
end of rail along the face of rail, and shall be full compensation for all fence actually
constructed, including materials, labor, equipments, tools and incidentals necessary to
complete the work for each.
55. PAY ITEM-FENCE-POST & CABLE -INSTALL (BID-00822):
This item shall include the furnishing and installation of new post & cable fence at locations
shown on the plans or where deemed necessary by the ENGINEER. The new fence shall
match existing fence materials.
The unit price per linear foot shown on the Proposal shall be measured in place from end-to-
end of fence installed, and shall be full compensation for all fence actually constructed,
including materials, labor, equipments, tools and incidentals necessary to complete the work
for each.
56. PAY ITEM -GRASS -SOD -INSTALL (BID-00137):
This item shall include furnishing and installation of block sodding at locations as shown on
plans or where deemed necessary qy the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 118 'Sodding'. If installation is within parklands, the
following provisions shall be applicable:
PART 1
1.01 REFERENCE STANDARDS
A. For exotic plant materials: American Joint Committee of Horticultural
Nomenclature, Second Edition, 1942.
B. For native materials
a. Manual of the Vascular Plants of Texas by Correll and Johnston
b. Check List of Vascular Plants of Texas by Hatch
c. Flora of North Central Texas by Shinners and Moller
1.02 SUBMITT ALS
Samples, certificates and specifications of sod, fertilizer, compost, soil
amendments or other materials may be requested by the Project Manager.
Rev 2-19-10 SP-26
All delivery receipts and copies of invoices for materials used for this work shall
be subject to verification by the Project Manager.
1.03 PRODUCT DELIVERY, STORAGE AND HANDLING
A. Sod : Harvesting and planting operations shall be coordinated with not
more than forty eight hours elapsing between the harvesting and
planting.
B. Fertilizer
1. Unopened bags labeled with the analysis .
2. Conform to Texas Fertilizer Law.
1.04 QUALITY CONTROL
The contractor who plants the sod is responsible for supervision of his crew,
while planting the sod and maintaining the sod until the project is accepted by the
City.PART 2 -PRODUCTS
2.01 SOD
A. The sod shall be "Common Bermuda" and shall consist of stolons, leaf
blades , rhizomes and roots with a healthy, virile system of dense,
thickly matted roots throughout the soil of the sod for a thickness not
less than one inch. Sod shall be alive, healthy and vigorous and shall
be free of insects, disease , stones and undesirable foreign materials
and grasses . Sod shall have been produced on growing beds of clay
or clay-loam topsoil. The sod shall not be harvested or planted when
its moisture condition is so excessively wet or dry that its survival will
be affected. If sod is stacked, it shall be kept moist and shall be
stacked roots-to-roots and grass-to-grass.
B. The sod shall be cut in strips four feet wide , or as called for on plan, to
be laid parallel with the contours.
2.02 FERTILIZER
A. All fertilizer shall be delivered in bags or containers clearly labeled
showing the analysis.
B. All fertilizer shall be in acceptable condition for distribution and shall be
applied uniformly over the planted area two weeks after sodding.
C. All fertilizer shall have an analysis of 3-1-2 or as designated on the
plans. The fertilizer rate shall be 45 pounds of nitrogen per acre.
2.03 WATER
The water shall be furnished by the Contractor and shall be clean and free of
industrial wastes or other substances harmful to the germination of the seed or to
the growth of the vegetation. The amount of water will vary according to the
weather variables. Generally, the sod should be soaked one time per day for
Rev 2-19-10 SP-27
three weeks or until established. Soaking is mandatory after spreading the
fertilizer.
2.04 COMPOST
All compost material is to be totally organic and decomposed for at lease nine
months. All compost is to be clean and free of fungus, disease, live plants, seed,
excessive cotton lint and any harmful chemicals. "New Life Soil Conditioner" or
"Perma Green Compost", as specified below or an approved equal, shall be
used. Raw organics are not acceptable.
A. For soil with an alkaline pH condition: Use "New Life Acid Gro" (acid
pH) soil conditioner as produced by Soil Building Systems of Dallas , or
an approved equal.
B. For soil with an acidic pH condition: Use "Perma Green Compost" by
Texas Earth Resources, Inc. of Dallas, or "New Life Natural Grower"
(ph 8.0 to 9.0) by Soil Building Systems, Inc., of Dallas.
C. Sample and Specification Submittal: Submit a producer's specification
and a quart sample of the compost proposed for the Project Manager's
approval.
PART 3 -EXECUTION
3.01 GENERAL
All turfing operations are to be executed across the slope, parallel to finished
grade contours.
3.02 SOIL PREPARATION
Rev 2-19-10
A. Scarify subgrade to a depth of three inches (3 ") before depositing the
required topsoil.
B. Tillage shall be accomplished to loosen the topsoil, destroy existing
vegetation and prepare ·an acceptable sod bed. All areas shall be tilled
with a heavy duty disc or a chisel-type breaking plow, chisels set not
more than ten inches apart. Initial tillage shall be done in a crossing
pattern for double coverage, then followed by a disc harrow. Depth of
tillage shall be five inches. A heavy duty rototiller may be used for
areas to be planted with sod.
C .. Cleaning: Soil. shall be further prepared by the removal of debris,
building materials, rubbish, weeds and stones larger them one inch in
diameter.
D Fine Grading: After tillage and cleaning, all areas to be planted shall
be topdressed with one-half inch compost and then shall be leveled,
fine graded, and drug with a weighted spike harrow or float drag. The
required result shall be the elimination of ruts, depressions, humps and
objectionable soil clods. This shall be the final soil preparation step to
be completed before planting.
SP-28
3.03 PLANTING
Prior to laying the sod, the planting bed shall be raked smooth to true grade and
moistened to a depth of four inches, but not to the extent causing puddling. The
sod shall be laid smoothly, tightly butted edge to edge, and with staggered joints.
The sod shall be pressed firmly into the sod bed by mechanical roller so as to
eliminate all air pockets, provide a true and even surface, and insure knitting
without displacement of the sod or deformation of the surfaces of sodded areas.
Following compaction, compost shall be used to fill all cracks between sods.
Excess compost shall be worked into the grass with suitable equipment and shall
be well watered. The quantity of compost shall be such that it will cause no
smothering or burning of the grass.
3.04 FERTILIZING
Twenty-one days after planting, turfgrass areas shall receive an application of 3-
1-2 fertilizer at the rate of 45 pounds of nitrogen per acre. Water well after
application to prevent burning as per requirements indicated in Part 2 -2.03
Water.
The unit price per square yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools, soil preparation , fertilization, planting and other
requirements regarding turfgrass sodding , and incidentals necessary to complete the work.
57 . PAY ITEM -TOPSOIL -INSTALL (810-00147):
This item shall include furnishing and installation of topsoil at locations deemed necessary by
the ENGINEER.
This item shall be governed by all applicable prov1s1ons of Standard Specifications for
Construction , City of Fort Worth, Item 116 'Topsoil'.
The proposed quantities shown are calculated to provide topsoil 2-inches in depth
(compacted) over the parkway area and do not include deeper than design depth behind the
curb. The pay item is intended to pay for topsoil that must be imported where suitable
material is either not available on the job or cannot reasonably be stored on-site . Payment
will be made on the basis of loose truck volume (full truck with sideboards up) tickets and
material must meet City of Fort Worth standards for topsoil. Only the volume imported will be
paid for and may be substantially less than the proposal quantities listed.
The unit price per cubic yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work.
56. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH"'. INSTALL (BID-00372):
This item will consist of the basic requirements which the Contractor must comply with in
order to provide for the safety and health of workers in a trench. The Contractor shall
develop, design and implement the trench excavation safety protection system . The
Contractor shall bear the sole responsibility for the adequacy of the trench safety system and
providing "a safe place to work" for the workman.
This item shall be governed by all applicable provisions of Standard Specifications for
Con.struction, City of Fort Worth, Item 525 'Trench Safety System '. This specification covers
the trench safety requirements for all trench excavations in order to protect workers from
Rev 2-19-10 SP-29
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 excavation safety protection system shall be used for all trench excavations
deeper than five (5) feet. 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. The Contractor shall, in addition, comply with all other
applicable Federal, State and local rules, regulations and ordinances.
All methods used for trench excavation safety protection shall be measured by the linear foot
of trench greater than five (5) feet and paid at the unit price in the Proposal, which shall be
total compensation for furnishing safety system design, materials, tools, labor, equipment
and incidentals necessary, including removal of the system.
57. PAY ITEM-CURB & GUTTER -REMOVE (BID-00424):
This item will include removal of existing concrete curb and gutter at locations shown on the
plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth, Item 104 'Removing Old Concrete'.
Sawcutting and removal of existing concrete curb and gutter, necessary excavation to install
the new concrete curb and gutter and same day haul-off of the removed material to a
suitable dumpsite shall be subsidiary to this pay item. Contractor shall sawcut both the curb
and gutter, and pavement prior to removal. The pay limit w ill be 9 inches out from the gutter
lip.
The price bid per linear foot as shown in the Proposal will be full payment for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
58. PAY ITEM -CURB & GUTTER~ 7 INCH w/18 INCH GUTIER-INSTALL (BID-00426):
This item shall include the construction of reinforced concrete curb and gutter on HMAC
paved streets along the alignment of the proposed storm sewer trunk, as specified in these
specifications and at other locations as may be directed by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 502 'Concrete Curb & Gutter'; as well as drawing
No.S-S3 and plan details.
A 5 inch (minimum) or greater, as required, depth of stabilized subgrade properly compacted
under the proposed curb and gutter, as shown in the construction details shall be installed
and shall be subsidiary to the unit price bid.
The 9 inch street void shall be filled with H.M.A.C. "Type D" mix per Item 300 "Asphalts, Oils
and Emulsions", Item 304 "Prime Coat" and Item 312 "Hot Mix Asphaltic Concrete". Top soil
per Item 116 "Top Soil", if needed, shall be added and leveled to grade behind the curb. Both
H.M.A.C. and top soil shall be subsidiary to the unit price bid.
Rev 2-19-10 SP-30
Existing improvements within the parkway such as water meters, sprinkler system, etc.
damaged during construction shall be replaced with same or better at no cost to the City.
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the
day of demolit ion to date of completion . If the contractor fails to complete the work within
fourteen (14) calendar days , a $100 dollar liquidated damage will be assessed per block per
day.
Standard Specifications Item No . 502 , shall apply except as herein modified. Concrete shall
have minimum compressive strength of three thousand (3 ,000) pounds per square inch in
twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per
sack (94 lbs .) of Portland Cement. The slump of the concrete shall not exceed three (3)
inches. A minimum cement content of five (5) sacks of cement per cubic yard of concrete is
required.
The price bid per linear foot as shown in the Proposal will be full payment for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
60. PAY ITEM-WALK-REMOVE (BID-00529):
This item shall include the removal of concrete sidewalk at locations shown on the plans or
where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction ; City of Fort Worth, Item 104, "Removing Old Concrete". Removal limits shall
coincide with existing sidewalk joint pattern .
Sawcutting and removal of existing concrete sidewalk , necessary excavation to install the
new concrete sidewalk and same day haul-off of the removed material to a suitable dumps ite
shall be subsidiary to this pay item.
The unit price per square foot shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work
61. PAY ITEM -WALK-INSTALL (BID-00528):
This item shall include the construction of reinforced concrete sidewalk at locations shown on
the plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 504, "Concrete Sidewalk and Driveways".
The unit price per square foot shown on the Proposal shall be full compensation for all
materials ; labor, equipments, tools and incidentals necessary to complete the work .
62. PAY ITEM-PAVEMENT -CONCRETE FLUME -REMOVE (BID-00457),
PAY ITEM-PAVEMENT-VALLEY GUTTER-REMOVE (810-00474):
This item shall include the removal of concrete valley gutters at locations shown on the plans
or where deemed necessary by the ENGINEER.
Rev 2-19-10 SP-31
This item shall be governed by all applicable prov1s1ons of Standard Specifications for
Construction, City of Fort Worth, Item 104, "Removing Old Concrete " and Item No. 106,
"Unclassified Street Excavation".
Sawcutting and removal of existing concrete valley gutter, asphalt pavement , concrete base,
curb and gutter, and necessary excavation to install the concrete valley gutter shall be
subsidiary to this pay item.
The unit price per square yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work.
63 . PAY ITEM-PAVEMENT-VALLEY GUTTER -INSTALL (BID-00473),
PAY ITEM -PAVEMENT - 4 Inch REINFORCED CONCRETE FLATWORK
-INSTALL (BID-00429):
This item shall include the construction of reinforced concrete valley gutters at locations
shown on the plans or where deemed necessary by the ENGINEER.
This item · shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 314 "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", and Item No. 208 "Flexible Base"; as well as drawing No .S-S6.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed
by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter
details shall be subsidiary to this Pay Item.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at
no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to
achieve a minimum compressive strength of 3000 pounds per square inch. Contractor shall
work on one-half of Valley gutter at a time, and the other half shall be open to traffic. Work
shall be completed on each half within seven (7) calendar days.
The unit price per square yard shown on the Proposal shall be full compensation for all
materials, labor, equipments , tools and incidentals necessary to complete the work .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools
64. PAY ITEM-DRIVEWAY-REMOVE (BID-00402):
This item shall include the removal of concrete driveway at locations shown on the plans or
where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth, Item 104, "Removing Old Concrete". Removal limits shall
coincide with existing pavement joint pattern or as directed by ENGINEER.
Sawcutting and removal of existing concrete driveway, necessary excavation to install the
new concrete driveway and same day haul-off of the removed material to a suitable dumpsite
shall be subsidiary to this pay item .
Rev 2-19-10 SP-32
The unit price per square foot shown on the Proposal shall be full compensation for all
materials , labor, equipments , tools and incidentals necessary to complete the work
65. PAY ITEM - DRIVEWAY-6 INCH -INSTALL (BID-00404):
This item shall include the construction of reinforced concrete driveway at locations shown
on the plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth , Item 504, "Concrete Sidewalk and Driveways"; as well as
drawing No.S-S5 and plan details. The concrete shall be designed to achieve a minimum
compressive strength of 3000 pounds per square inch.
The unit price per square foot shown on the Proposal shall be full compensation for all
materials , labor, equipments, tools and incidentals necessary to complete the work.
66 . PAY ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504):
This item shall include the furnishing and installat ion of project signs at the following
locations:
South Riverside/Glen Eden Intersection; Glen Eden/Clearview Intersection ;
Fair Park/Berke Intersection; Berke/Broadus Intersection ;
Fair Park/Sahara intersection
or where deemed necessary by the ENGINEER.
The Contractor shall construct and install five (5) Project Designation Signs and it will be the
responsibility of the Contractor to maintain the signs in a presentable condition at all times on
each project under construction. Maintenance will include painting and repairs as directed by
the ENGINEER.
It will be the responsibility of the Contractor to have the individual project signs lettered and
painted in accordance with the enclosed detail. The quality of . the paint, painting and
lettering on the signs shall be approved by the ENGINEER. The height and arrangement of
the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of
%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or
as directed by the ENGINEER and in place at the project site upon commencement of
construction.
The work, which includes the painting of the signs , installing and removing the . signs,
furnishing the materials, supports and connections to the support and maintenance shall be
to the satisfaction of the ENGINEER.
A unit price bid per each shown on the Proposal shall be full compensation for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
Rev 2-19-10 SP-33
67. PAY ITEM -TRAFFIC CONTROL -INSTALL (BID-00181):
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part
of the "Street Use Permit" a traffic control plan is required. The Contractor shall be
responsible for providing traffic control during the construction of this project consistent with
the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control
Devices for Streets and Highways" issued under the authority of the ·"State of Texas Uniform
Act Regulating Traffic on · Highways," codified as Article 6701 d Vernon's Civ il 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 slgn must be
removed to permit required construction, the Contractor shall contact the Transportation and
Public Works Department'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 lump sum unit price shown on the Proposal shall be full compensation for design,
installation, maintenance, removal and shall include all materials, labor, equipments, tools
and incidentals necessary to complete the work.
68. PAY ITEM -PAVEMENT - 2 INCH HMAC ON 6 INCH FLEX BASE-TEMPORARY -
INSTALL (BID-00442):
This item will consist of the furnishing and placing of temporary 2 inch (MIN) HMAC
pavement over flexible base along the alignment of the proposed storm sewer trunk and
laterals, at locations shown in these plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth, Item 312 'Hot Mix Asphaltic Concrete' and Item 208
'Flexible Base'; the Public Works Department Typical Sections for Pavement and Trench
Repair for Utility Cuts, Figure STR-030; and plan details. A 2-inch surface course (Type 'D')
shall be placed in one lift to match existing grade; a 6-inch subgrade shall be placed in one
lift.
Subsidiary to this pay item shall be sawing, excavation and removal of asphaltic material, as
shown on the details or as directed by the Engineer.
Rev 2-19-10 SP-:34
The removed surfacing shall be loaded into trucks upon removal and hauled away from the
job site as directed by the Engineer. In no case shall the removed surface be stockpiled on
the job site.
All required paving cuts shall be made with a concrete saw in a true and straight line on both
sides of the trench. A double cut sawing sequence shall be utilized with the first pass of
sawcutting along the trench walls and the second pass a minimum of twelve (12) inches
outside the trench walls.
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.
All residential driveways shall be accessible at night and over weekends.
The unit price bid per square foot shown on the Proposal shall cover all cost for providing
temporary pavement and will be full payment for materials including all labor, equipment,
tools and incidentals necessary to complete the work.
69. PAY ITEM -PAVEMENT -2 INCH (MIN) HMAC ON 2/27 CONCRETE BASE -
INSTALL (810-00443):
This item will consist of the furnishing and placing of 2 inch (MIN) HMAC pavement over 2/27
concrete base along the alignment of the proposed storm sewer trunk and laterals, at
locations shown in these plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 312 'Hot Mix Asphaltic Concrete'; the Public Works
Department Typical Sections for Pavement and Trench Repair for Utility Cuts, Figure STR-
028; and plan details. The new pavement shall match the existing asphalt pavement depth. A
2-inch minimum surface course (Type 'D') shall be placed in one lift to match existing grade;
base courses (Type 'B') shall be placed in 3-inch maximum lifts. ·
Subsidiary to this pay item shall be sawing, excavation and removal of asphaltic material, as
shown on the details or as directed by the Engineer.
The removed surfacing shall be loaded into trucks upon removal and hauled . away from the ·
job site as directed by the Engineer. In no case shall the removed surface be stockpiled on
the job site.
All required paving cuts shall be made with a concrete saw in a true and straight line on both
sides of the trench. A double cut sawing sequence shall be utilized with the first pass of
sawcutting along the trench walls and the second pass a minimum of twelve ( 12) inches
outside the trench walls.
Rev 2-19-10 SP-35
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 requ i red to remove the existing paving to
such gutter. The pavement repair shall then be made from a minimum d istance of twelve
( 12) inches outside the trench wall nearest the center of the street to the gutter line .
All residential driveways shall be accessible at night and over weekends .
The unit price b id per square foot shown on the Proposal shall cover all cost for providing
pavement equal to or superior in composition, thickness , etc., to existing pavement and will
be full payment for materials including all labor, equ ipment, tools and incidentals necessary
to complete the work. -
70 , PAY ITEM -PAVEMENT -8 INCH PULVERIZATION-REHAB (BID-00454):
This item will consist of the pulverizing and rehabilitating existing asphalt pavement 8 inches
in depth at locations shown in these plans or where deemed necessary by the ENGINEER.
Contractor shall pulverize the existing pavement to a depth of 8 inches . After pulverization is
completed, contractor shall temporarily remove and store the 8 inch deep pulverized
material , then cut the base an additional 2 inch, to provide place for the proposed 2 inch
H .M.A.C . overlay. The 2 inch base cut shall start at a depth of 8 inches from the existing
pulverized surface. After the undercut operation is completed, contractor shall spread , mix,
and compact the pulverized material to a 95% compaction per City's Standard Specifications
or as directed by the Engineer in the field . A 3.5% portland cement shall be used to bind the
pulverized material.
If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed
stone/gravel , undercut will not be required, the contractor will pulverize 10 inches , the 2 inch
cut will be taken from the 10 inch pulverized material. (see soil test report)
Pulverization shall start within ten (10) calendar days after all concrete work has been
completed on a street. If the contractor fails to begin the work within ten ( 10) calendar days,
a $200 dollars liquidated damage will be assessed per block per day.
After the pulverization material is cured, the contractor shall ov~rlay it with 2 inches of
H ;M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within
five (5) calendar days, a $200 dollars liquidated damage will be assessed per block per day.
The unit price bid per square yard shown on the Proposal shall be full compensation for all
labor, material, equipment, tools, and incidentals necessary to pulverize, remove and store
the pulverized material , undercut the base, mixing, compaction , haul off, sweep, and dispose
of the undercut material.
The 2 inch H.M.A.C. overlay will be paid by separate item.
Rev 2-19-10 SP-36
71. PAY ITEM -PAVEMENT -CEMENT MODIFICATION -26LBS/SY
-INSTALL (BID-01120):
This item will consist of the furnishing and placing of Portland cement base treatment at
locations shown in these plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth , Item 214 'Portland Cement Treatment'.
The unit price bid per ton shown on the Proposal shall be full compensation for all labor,
materials, equipment, tools, and incidentals necessary to complete the work.
72 . PAY ITEM -PAVEMENT -2 INCH SURFACE COURSE -TYPED MIX
-INSTALL (BID-00447):
This item will consist of the furnishing and placing of 2 inch HMAC surface coarse -Type 'D '
mix at locations shown in these plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth, Item 312 'Hot Mix Asphaltic Concrete'; Item 300 "Asphalts,
Oils and Emulsions "; Item 304 "Prime Coat"; and Item 313 "Central Plant Recycling-Asphalt
Concrete".
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 shown on the Proposal shall be full compensation for all
labor, materials, equipment, tools, and incidentals necessary to complete the work.
73. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR (BID-00414):
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer and natural gas service lines and appurtenances
where such service · lines and appurtenances are the property owner's responsibility to
maintain. An arbitrary figure has been placed in the Proposal; however, this does not
guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the
services of a licensed plumber to make the utility adjustments determined necessary by the
ENGINEER. No payment will be made for utility adjustments except those adjustments
determined necessary by the ENGINEER. Should the Contractor damage service lines due
to his negligence, where such lines would not have required adjustment or repair otherwise,
the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The
payment to the Contractor for utility adjustments shall be the actual cost of the adjustments
plus ten percent ( 10%) to cover the cost of bond and overhead incurred by the Contractor in
handling the utility adjustments. ·
Rev 2-19-10 SP-37
74. NON-PAY ITEM -CLEARING AND GRUBBING:
All objectionable items within the limits of this project and not otherwise provided for shall be
removed under this item in accordance with Standard Specification Item 102 , "Clearing and
Grubb ing ." However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
75 . NON-PAY ITEM -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
incidental to this contract.
76. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL :
All property along and adjacent to the Contractor's operations including lawns, yards , shrubs,
trees, etc. shall be preserved or restored after completion of the work to a condition equal or
better than existed prior to start of work .
By ordinance , the Contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights-of-way and designated alleys. This permit can be obtained by
calling the Forestry Office . All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association . A copy of these
standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree
Evaluation as defined by the International Society of Arboriculture. Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from
funds due to 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. This is the only instance
when pruning paint is recommended .
77 . NON -PAY ITEM -PROJECT CLEAN-UP:
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 other properties.
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 the paving and curb and gutter
has been constructed. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the
ENGINEER.
Rev 2-19-10 SP-38
78 . NON-PAY ITEM -PROJECT SCHEDULE:
Before commencing any work under this contract, the CONTRACTOR shall submit to the
OWNER a draft detailed baseline construction schedule that meets the requirements
described in this specification, showing by Critical Path Method (CPM) the planned sequence
and timing of the Work associated with the Contract. All submittals shall be submitted in
PDF format, and schedule files shall also be submitted in native file format (i.e. file formats
associated with the scheduling software). The approved scheduling software systems for
creating the schedule files are:
-Primavera (Version 6.1 or later or approved by OWNER)
-Primavera Contractor (Version 6.1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
-Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified Project
Scheduler to develop the required schedules. A qualified Project Scheduler would have the
following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules , as well as 1 year of
experience . using approved scheduling software systems as defined . in this
specification .
b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules
to determine duration ; resource allocation, and logic issues .
c. Understanding of construction work processes to the extent that a logical critical path
method schedule can be developed , mainta ined, and progressed that accurately
represents the scope of work performed.
78(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall develop, submit
and review the draft detailed baseline construction schedule with the OWNER to
demonstrate the CONTRACTOR's understanding of the contract requirements and approach
for performing the work. The CONTRACTOR will prepare the final detailed baseline
construction schedule based on OWNER comments , if any. The CONTRACTOR's first (1st)
payment application will only be processed after the detailed baseline construction schedule
has been submitted by the CONTRACTOR and accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction schedule.
a. Milestone dates and final project completion dates shall be developed to conform to
the time constraints, sequencing requirements , and completion time .
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline .
c. Activity durations shall be in work days and normal holidays and weather conditions
over the duration of the contract shall be accounted for within the duration of each
activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount · of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not for
the exclusive use or benefit of the CONTRACTOR or OWNER.
Rev 2-19-10 SP-39
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration . The
Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this
contract document by reference for all purposes , the same as if copies verbatim herein.
For each general activity, the construction schedule shall identify all trades or subcontracts
applicable to the project whose work is represented by activities that follow the guidelines of
this section .
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following : procurement , construction , pre-acceptance activities, and events
in their logical sequence for equipment and materials . Include applicable activities and
milestones such as:
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3 . Preparation and transmittal of submittals
4 . Submittal review periods
5 . Shop fabrication and delivery
6. Erection and installation
7 . Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
78(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and
submit monthly to the OWNER for approval the updated schedule in accordance with Section
81 and 82 . and the .OWNER's Schedule Guidance Document inclusive . As the Work
progresses, the CONTRACTOR shall enter into the schedule and record actual progress as
described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that highlights
the following, if appropriate and applicable :
• Changes in the crit ical path,
• Expected schedule changes,
• Potential delays, ·
. • Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to the
OWNER.
a . The CONTRACTOR's monthly progress payment applications will not be accepted and
processed for payment without monthly schedule updates, submitted in the time and
manner required by this specification and the Schedule Guidance Document, and which
accurately reflects the allowable costs due under the Contract Documents and is
accepted by the OWNER.
Rev 2-19-10 SP-40
83. NON-PAY ITEM-WASHED ROCK:
All washed rock used for embedment or backfill o r as otherwise directed by the ENGINEER
shall be washed, crushed stone and shall meet the following gradation and abrasion: (Actual
washing not required if gradation is met)
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131 .
84. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE OR PAVEMENT:
When existing concrete or H.M.A.C. is cut , such cuts shall be made with a concrete saw.
The Contractor shall break out curb and gutter to the nearest joint if he chooses. All sawing
shall be subsidiary to the unit cost of the respective item .
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 520 'Sawing'.
85. NON PAY ITEM -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 repaving commences for a
particular street.
The Contractor shall attempt to include the ENGINEER (if he is available) in the observation
and marking activity. In any event a street shall be completely ·marked a minimum to two (2)
working days before repaving begins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the Contractor's responsibility to notify the utility companies that he has
commenced work on the project. As the repaving is completed (within the 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 that start of the next one in order for the utilities to adjust facilities
accordingly.
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.
86. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making
lateral tie-ins to the storm drain structure shall be subsid iary to the bid price for the respective
lines.
87. NON PAY ITEM-SPRINKLER HEAD ADJUSTMENT: The adjustment and/or relocation
of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT" in the
proposal section. No other compensation will be provided.
Rev 2-19-10 SP-43
88. NON PAY ITEM -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.
89. NON PAY ITEM -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 measure 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, slope drains and other devices. All inlet protection measures shall be
designed to allow for runoff to freely overflow into the inlet during a flood
event.
B. Further, erosion control measures placed in front of inlets, or in channe ls,
drainageways or barrow ditches will be at the risk of the contractor. Contractor
shall remain liable for any damage caused by the measures, including flooding
damage which may occur due to blocked drainage. At the conclusion of any
project, all channels, drainageways and barrow ditches in the work zone shall be
dredged of any sediment generated by the project or deposited as a result of as a
result of erosion control measures. Any such dredging must comply with all
Federal, State and local regulations.
C. CONSTRUCTION REQUIREMENTS: The ENGINEER has the authority to define
erodible earth and the authority to limit the surface are of erodible-earth material
exposed by preparing right-of-way, clearirtg 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 course, 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
Rev 2-19-10 SP-44
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.
Waste or disposal areas and construction roads shall be located and constructed
in a manner that will minimize the amount of sediment entering streams.
1. Frequent fordings of live streams will not be permitted; therefore,
temporary bridges or other structures shall be used wherever an
appreciable number of stream crossing are necessary. Unless otherwise
approved in writing by the ENGINEER, mechanized equipment shall not
be operated in live streams.
2. 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.
3. All waterways shall be cleared as soon as practicable of false work, piling,
debris or other obstructions placed during construction operations that are
not part of the finished work.
4. The Contractor shall take sufficient precautions to prevent pollution of
streams, lakes and reservoirs with fuels, oils, bitumens, 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.
D. SUBMITTAL: Prior to the start of the applicable construction, the Contractor shall
submit for approval his schedules for accomplishment of soil-erosion-control work
and his plan to keep the area of erodible-earth material to a minimum . He shall
also submit for acceptance his proposed method of soil-erosion control on
construction and haul roads and material sources and his plan for disposal of
waste materials. No work shall be started until the soil-erosion control schedules
and methods of operations have been reviewed and approved by the ENGINEER.
E. 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.
Rev 2-19-10 SP-45
=
(To be printed on Contractor's Lett erhead)
D ate: -----
City No: 00474
PROJECT NAME: Storm Drain Improvements for:
OAKRIDGE TERRACE/LINDA LANE
MAPSCO LOCATION: --
LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE
CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE
WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET>
ON OR AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DATE OF THIS NOTICE.
IF YOU HA VE 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 FLYER HANDY WHEN YOU CALL.
Rev 2-19-10 SP-46
City of Fort Worth, Texas
Mayor and Council Communication
========----============="""'=""'' =======~================<>===-·=
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RATES REFERENCE NO.: **G-16190
SUBJECT:
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION;
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects .
. DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality .
. Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from
that survey .
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds.
JO Fund/Account/Centers
Submitted for City Manag~r·s Office b_y_;_
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Eric Bundy (7598)
rr:s: J:: urr•cn ~
BEA VY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, DragJine, Shovel Ooerator
Electrician
FJagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipe layer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine, Post Hole Driller Operator
Welder
Work Zone Ba1Ticade Servicer
$10.06
$13 .99
$12.78
$11.01
$ 8.80
$14.15
$ 9 .88
$13.22
$12.80
$12.85
$13.27
$12.00
$13.63
$12 .50
$13.56
$14.50
$10.61
$14.12
$18 .12
$ 8.43
$11.63
$ I 1.83
$13 .67
$16.30
$12.62
$ 9.18
$10.65
$16 .97
$11.83
$11.58
$15.20
$14 .50
$14 .98
$13.17
$10.04
$11.04
$14 .86
$16 .29
$11.07
$10.92
$11.28
$11.42
$12.32
$12.33
$10.92
$12.60
$12.91
$12.03
$14.93
$11.47
$10.91
$11 .75
$12.08
$14.00
$13.57
$10.09
· Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Mechanic
Bricklayer /Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
Ca r penter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (Journeyman)
Electrician Helper
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skllled
Lather
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
$21.69 Plumber
$12.00 Pl umber Helper
$15 .24 Reinforcing Steel Setter
$19 .12 Roofer
$10.10 Roofer Helper
$16 .23 Sheet Metal Worker
$11.91 Sheet Metal Worker Helper
$13.49 Sprinkler System Installer
$13.12 Sprinkler System Installer Helper
$14.62 Steel Worker Structural
$10.91 Concrete Pump
Crane, Clamsheel, Back hoe, Derrick, D'Line
$13.00 Shovel
$9 .00 Forklift
$20.20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20.00
$13.00
$18.00
$13.00
$14.78
$11.25
$10.27
$13.18
$16.10
$14.83
$8.00
$18 .85
$12 .83
$17.25
$12.25
$20.43
$14.90
$10.00
$14.00
$10.00
$16 .96
$12.31
$18.00
$9 .00
$17.43
$20.50
$17.76
$12.63
$10.50
$14. 91
$16.06
$9.75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258 , Texas Government Code (Chapter 2258), ·
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023 . ·
( c) Complaints of Violations and City Determination of Good Cause . On receipt of
. information , including a complaint by a worker, concerning an alleged violation
of 2258 .023 , Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31 st 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 an y affected worker of its in~tial determination. Upon the
City 's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved . An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required , a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
SECTION 6 -CONTRACTS , BONDS AND INSURANCE
6.1 Certificate of Insurance
6 .2 Contractor Compliance with Workers' Compensation Law
6.3 Conflict of Interest Questionnaire
6.4 Performance Bond
6 .5 Payment Bond
6 .6 Maintenance Bond
6. 7 City of Fort Worth Contract
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Transportation and City of Fort Worth Project No. P228-541200-
208280047 483.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
::~~L_P_.~
~me• Se.a:ui lOno,bf,r
Title : \?(e ,721 d.e.JA-
Date : \\\'¥1.\ ( 0
Before me , the undersigned authority, on this day personally appeared
,..._,_-4-1--"-4-"'-'"-Ll....,..._.-"t:>::...=l._, known to me to be the person whose name is subscribed to the
foregoi instrument, and acknowledged to me that he executed the same as the act and deed
of CONATSER CONSTRUCTION TX, LP. for the purposes and consideration therein
expressed and in the capacity therein stated.
Given Under My Hand and Seal of Office this ~ay of b:\Ov mlar,20J..li_.
,\,,111,,,,
~t~•~.'~f1~,,, BETH J . OWENS {\" ··t\ Notary Public, State of Texas
\~;:. .:~f My Commission Expires ',,1:,f,r,\,\~~,-~ August 02, 2014
Bond No: 022028975
PERFORMANCE BOND
THE STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS:
COUNTY OFT ARRANT §
~bAAn?ye (1) CONATSER CONSTRUCTION TX. LP. as Principal herein, and (2)
~----~--~-----· a corporation organized under the laws of the State of (3) MA , and who is
authorized to issue surety bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort
Worth, a municipal corporation located in Tarrant and Denton Counties, Texas , Obligee herein, in the sum of:
ONE MILLION TWO HUNDRED AND EIGHTEEN THOUSAND TWO HUNDRED EIGHTY TWO
DOLLARS AND FIFTY CENTS ...
($1,218,282.50) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents.
DE C ~AS , Principal has entered into a certain contract with the Obligee dated the of
_______ 2_0_1_0 a copy of which is attached hereto and made a part hereof, for the construction of:
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform
the work in accordance with the plans , specifications , and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default , then
this obligation shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of such
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have
executed this instrument. DEC 1 4 2010
SIGNED and SEALED this
ATTEST:
(Principal) Secretary
(SEAL)
ATTEST:
(Surety) Secretary
(SEAL)
itness as tolSurety
Carolyn Map es
42(X) S. Hulen Street, Ste. #330
Fort Worth, TX 76109
(Address)
CONATSER CONSTRUCTION TX, LP.
PRINCIPAL
PO BOX 15448
FORT WORTH, TEXAS 76119
LIBERTI MUTUAL INSURAN::E CCMPANY
Surety
175 Berkeley Street
Boston, MA 02117
(Address)
NOTE : Date of Bond must not be
prior to date of Contract
(1) Correct Name of Contractor
(2) Correct name of Surety
(3) 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
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract.
THE STATE OF TEXAS
COUNTY OFT ARRANT
§
§
§
Bond No: 022028975
PAYMENT BOND
KNOW ALL BY THESE PRESENTS :
That we , (1) CONATSER CONSTRUCTION TX. LP., as Principal herein, and (2)LIBER1Y MU'lUAL INSURAOCE
CCMPANY , a corporation organized and existing under the laws of the State of (3) MA 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 TWO HUNDRED AND EIGHTEEN
THOUSAND TWO HUNDRED EIGHTY TWO DOLLARS AND FIFTY CENTS ... Dollars ($1,218,282.50)
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 :
DEC ·~s, the Principal has entered into a certain written contract with the Obligee dated the __ day of
------' 2010, which contract is hereby referred to and made a part hereof as if fully and to the same extent
as if copied at length, for the following project:
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
NOW , THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as
amended) supplying labor or material s 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 .
executed this instrument.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
DEC 142010
SIGNED and SEALED this_ day of,-----' 2010 .
CONATSER CONSTRUCTION TX,
:~I ~-
/
ATIEST:
Name: Jerry R. Conat ser
(Principal) Secretary President of Conat s e r
Title :Managerrent Group, Inc., GP
PO BOX 15448
~;~ Wltnessastoincipal
FORT WORTH, TEXAS 76119
ATIEST:
Secretary
(SE AL)
LIBERTYl· MIJTUAL INSURAOCE CCMPANY
:~~¢)~
Name: Glenna S. Davis
Attorney in Fact
Address: 175 Berkeley St reet
Bos t on, MA 02117
Witness a;~ Surety Telephone Number: 972.233.9588
Carolyn Maples
NOTE: ( 1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
Bond No: 022028975
MAINTEN ANC E BOND
TH E STATE OF T EXA S §
CO UNTY OF T ARRANT §
INSURAOCE That CONATSER CONSTRUCTION TX, LP. ("Contractor''), as principal, and LIBERI.Y MIITUAL
CCMPANY , a corporation organized under the laws of the State of MA , ("Surety"), do
hereby acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal
Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant
County, Texas, the sum of ONE MILLION TWO HUNDRED AND EIGHTEEN THOUSAND TWO
HUNDRED EIGHTY TWO DOLLARS AND FIFTY CENTS ... Dollars ($1.218.282.50), lawful money of
the United States, for payment of which sum well and truly be made unto said City and its successors,
said Contractor and Surety do hereby bind themselves , their heirs, executors, administrators, assigns
and successors , jointly and severally.
This obligation is conditioned , however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the_ of DEC 1 4 2010 , 2010, a copy of which is hereto attached and made a part
hereof, for the performance of the following described public improvements:
OAKRIDGE TERRACE & LINDA LANE DRAINAGE IMPROVEMENTS
the same being referred to herein and in said contract as the Work and being designated as project
number(s) P228-541200-208280047483 and said contract, including all of the specifications,
conditions, addenda , change orders and written instruments referred to therein as Contract Documents
being incorporated herein and being made a part hereof; and ,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2) years; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary; and ,
WHEREAS, said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain, repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract, these presents shall be null and void, and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect, and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in~ counterpart(s), each of which
shall be deemed an original , this_ day of DEC 14201Q A.D .2010.
ATTEST:
(SEAL)
Secretary
p
ATTEST:
(SEAL)
Secretary
CONATSER CONSTRUCTION TX, LP.
Contractor ~
By:~
~Conatser
Tl.tie·. -=Pr=e=s""-i"-de-=-n=t"-"o-'-f--=C=ona-t_s_er_Mana __ gerre_n_t __ Group. Inc. , GP
LIBERTI MUIUAL INSURAOCE CCMPANY
Surety
~~,m~s cj~
Title: Attorney-in-Fact
175 Berkeley St reet
BoitOP, MA 02))7
Address
Tel No:972.233.9588
~~ t:
G) . ... :, ... .,,. ::::,
-U
3042117
THIS POWER OF ATIORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to
the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETIS
POWER OF ATIORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company "), a Massachusetts stock insurance
company, pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint
GREG A. WILKERSON, GLENNA S. DAVIS, CATHYVINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE
CITY OF FORT WORTH, STATE OF TEXAS ...................................................................................................................... .
, each individually if there be more than one named, its true and lawful attorney-in-fact to make , execute , seal , acknowledge and deliver, for and on its
behalf as surety and as its act and deed, anv and all undertakinas , bonds, recoanizances and other surety obligations in the oenal sum not exceeding
TWENTY FIVE MILLION AND 00/100*,.*********************'1***************1. DOLLARS($ 25,000,000.00********************** ) each , and the
execution of such undertakings, bonds; recognizances and other surety obligations, in pursuance of these presents , shall be as binding upon the
Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE XIII -Execution of Contracts: Section 5 . Surety Bonds and Undertakings.
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the
chairman or the president may prescribe , shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make,
execute , seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such
attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their
signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be
as binding as if signed by the president and attested by the secretary .
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby
authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal , acknowledge and
deliver as surety any and all undertakings , bonds , recognizances and other surety obligations .
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
IN WITNESS WHEREOF , this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of
Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 3rd day of August ,
2010
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
LIBERTY MUTUAL INSURANCE COMPANY
By~.v.$: #-a('~
Garnet W. Elliott, Assistant Secretary
On this M_ day of August , 2010 , before me , a Notary Public, personally came Garnet W. Elliott , to me known, and acknowledged
that he is an Ass istant Secretary of Liberty Mutual Insurance Company ; that he knows the seal of said corporation; and that he executed the above
Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation .
P.
first above written.
CERTIFICATE
COMMON'IIEALTH Of PENNSYLVANIA
NotarlHI St!al
Teresa Pas:olta, N«ary f>Jblic
Pll'ffio<llhTuip, Mor.tll"'neJ)'Ccunty
My comm,ssioo Expires Marcil 28 , 2013
Murnbor, ~5yfv.tfl•li A$sociatioo of Notades
By~~
Ter~sa Pastella , Notary Public
I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company , do hereby certify that the original power of attorney of which the foregoing
is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the
said power of attorney is an Assistant Secretary specially authorized by the chairman or the president 1o appoint attorneys-in-fact as provided in Article
XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980 .
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company , wherever appearing upon a
certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binding upon the company
with the same force and effect as though manually affixed.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this--------day of
DEC 14 2010
>, ca
"C
Ill
Ill
Cl)
.5
Ill ::::,
.c
>,
t: as
=5 fj I-
>,(/)
a,W
EE
0 Q. =o <C')
0~
... "C
G) t: 3: as oe
CL as
.!!?o
.C:0 -·· -0>
0 t:
>, G)
:t: G) :2!
-G)
~.c
a,0
:5~
e°i> ·=~
-CIO t: I Oo u ,-
0 U)
I-,.!.
~Liberty ~ i\'lutual
Important Notice
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT:
You may write to Liberty Mutual Surety at:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road , Suite 400
Plymouth Meeting , PA 19462-8284
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:
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi .s tate .tx.us
E-mail: Co nsu me rProte cti on@ tdi .state . tx.us
Premium or Claim Disputes
Should you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim, you should contact the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
Att ach This Notice To Your Po li cy:
This notice is for information only and does not become a part or condition of the
attached document.
LMIC -3500 Pag e 1 of 2 Rev . 7 .1.07
CITY OF FORT WORTH. TEXAS
CONTRACT
THE STATE OF TEXAS
KNOW ALL
PRESENTS
COUNTY OF TARRANT
DEC 1.4 2010
BY THESE
This Contract made and entered into this the __ day of A.D., 2010, by and
between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant
County, Denton, Parker, and Wise Counties, Tex as , by an through its duly authorized Assistant
City Manager, ("Owner"), and Conatser Construction TX, LP , ("Contractor"). Owner and
Contractor may be referred to herein individually as a "Party" or collectively as the "Parties ."
WITNESSETH: That said parties have agreed as follows:
I.
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:
Storm Water Utility Project: Oakridge Terrace & Linda Lane Drainage Improvements
2.
That the work herein contemplated shall consist of furnishing as an independent
contractor all labor, tools , appliances and materials necessary for the construction and completion
of said project in accordance with the Plans and Specifications and Contract Documents prepared
by the Department of Engineering for the Transportation and Public Works Department of the
City of Fort Worth adopted by the City Council of the City 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.
OFFICIAL RECORD
CITY SECRETARY
Ft WORTH, TX
The Contractor hereby agrees and binds himself to commence the construction of said
work within ten ( 10) days after being notified in writing to do so by the Department of
Engineering of the City of Fort Worth.
4 .
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Department of Engineering of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 175 Calendar days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and
Contract Documents within the time so stipulated, plus any additional time allowed as provided
in the General Conditions, there shall be deducted from any monies due or which may thereafter
become due him, the sum of $420 Per working day, not as a penalty but as liquidated damages,
the Contractor and his Surety shall be liable to the Owner for such deficiency.
5 .
Should the Contractor fail to begin the work herein provided for within the time herein
fixed or to carry on and complete the same according to the true meaning of the intent and terms
of said Plans, Specifications and Contract Documents, then the Owner shall have the right to
either demand the surety to take over the work and complete same in accordance with the
Contract Documents or to take charge of and complete the work in such a manner as it may deem
proper, and if in the completion thereof, the cost to the said City shall exceed the contract price or
prices set forth in the said plans and specifications made a part hereof, the Contractor and/or its
Surety shall pay said City on demand in writing, setting forth and specifying an itemized
statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel
at the project site for Contractor's sole negligence. In addition , Contractor covenants and agrees
to indemnify, hold harmless and defend , at its own expense, the Owner, its officers, servants and
employees, from and against any and all claims or suits for property loss, property damage,
personal injury, including death , arising out of, or alleged to arise out of, the work and services to
be performed hereunder by Contractor, its officers, agents, employees, subcontractors, licensees
or invitees, whether or not any such iniury, damage or death is caused, in whole or in
part, by the negligence or alleged negligence of Owner, its officers, servants, or
employees. Contractor likewise covenants and agrees to indemnify and hold harmless the
Owner from and against any and all injuries to Owner's officers, servants and employees and any
damage, loss or destruction to property of the Owner arising from the performance of any of the
terms and conditions of this Contract, whether or not any such injury or damage is caused
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result of
work performed under a City Contract.
7.
The Contractor agrees, upon the execution of this Contract, 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. All bonds furnish hereunder shall meet
the requirements of 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.
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 all claimants supplying labor
and material in the prosecution of the work .
C. If the Contract amount is in excess of $100 ,000, a Performance Bond shall be
executed, in the amount of the Contract conditioned on the faithful performance of the work in
accordance with the Plans, Specifications, and Contract Documents . Said bond shall solely be for
the protection of the Owner.
D. A Two-year Maintenance Bond in the Name of the Owner is required for all
projects to insure the prompt, full and faithful performance of the general guarantee contained in
the Contract Documents .
8.
The Owner agrees and binds itself to pay, and the Contractor agrees to receive , for all of
the foresaid 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
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
(including/excluding) alternates n/a, shall be One Million, Two Hundred Eighteen Thousand,
Two Hundred Eighty-two and 50/100 ....................... Dollars, ($1,218,282.50).
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
Director of the Department of Engineering.
10 .
The Contractor agrees to pay at least the minimum wage per hour for all labor as the
same is classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is
attached hereto and made a part hereof the same as if it were copied verbatim herein.
11.
It is mutually agreed and understood that this agreement is made and entered into by the
parties hereto with references to the existing Charter and Ordinances of the City of Fort Worth
and the laws of the State of Texas with references to and governing all matters affecting this
Contract, and the Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with
the corporate seal of the City of Fort Worth attached. The Contractor has executed this
instrument through its duly authorized officers in~ counterparts with its corporate seal attached.
Done in Fort Worth, Texas, this the__ f 0 ) 4 2010 A.D., 2010.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
APPROVAL RECOMMENDED :
Transportation Public Works
ATTEST :
Conatser Construction TX, LP
P.O. Box 15448
Fort Worth, TX 76119
CONT ~~
BY: __________ _
TITLE
ADDRESS
CITY OF FORT WORTH
FERNANDO COST A, ASST CITY MANAGER
Attested by:
m~~~ Marty Hendricit;;se:re~
(SE AL)
APPROVED AS TO FORM AND
LEGALITY :
CtiAITO~Y
November 1960
Revised May 1986
Revised September 1992 Con tr-act Authori zatioa
-~ .. ' 1Ji4 \IQ
Date
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
SECTION 7 -PERMITS
TxDOT PERMIT (03-SD-107-09)
TxDOT PERM IT (03 -DCC -73-10)
TxDOT PERMIT (FTW20100726165447)
Addendum No.1
( e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract ; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City . The provisions of the Audit section
of these contract documents shall pertain to this inspection.
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
PART 1 -GENERAL
1.01 DESCRJPTION
\)£L~TE b
SECTION 02840 -TURF SODDING
-
A. Work Included: This work includes all labor, materials and equ· ment for soil
preparation, fertilization, planting and other requirements reg cling turf grass sodding
shown on the plans.
B. Related Work Specified Elsewhere: Section 02300, E .
1.02 REFERENCE STANDARDS
A. For exotic plant materials: ttee of Horticultural Nomenclature,
Second Edition , 1942.
B. For native materials
a. Manual of the Vascular Plants o exas by Correll and Johnston
b. Check List of Vascular Plants fTexas by Hatch
c. Flora of North Central Texa y Shinners and Moller
1.03 SUBMITTALS
Samples, certificates and specifications f sod, fertilizer, compost, soil amendments or other
materials may be requested by the Pro· ct Manager.
All delivery receipts and copies of ·nvoices for materials used for this work shall be subject to
verification by the Project Mana r.
1.04 PRODUCT DELIVERY, ST RAGE AND HANDLING
A. . Sod: Harvesting a planting operations shall be coordinated with not more than forty
g between the harvesting and planting.
B. Fertilizer
1. Unope d bags labeled with the analysis.
2. Confo to Texas Fertilizer Law.
1.05 QUALITY C
The contrac r who plants the sod is responsible for supervision of his crew, while planting the
sod and m ntaining the sod until the_ project is accepted by the City.
SECTION 02840 -TURF SODDING
-l -
PART 2 -PRODUCTS
2.01 SOD
-
A. The sod shall be "Commoii Bermuda" and shall consist of stolons , leaf blades , rhizomes
and roots with a healthy , virile system of dense , thickly matted roots throughout the soil of
the sod for a thickness not less than one inch. Sod shall be alive , healthy and vigorous and
shall be free of insects , disease , stones and undes irable foreign materials and grasses. Sod
shall have been produced on growing beds of clay or clay-loam topsoil. The sod shall not
be harvested or planted when its moisture condition is so excessively wet or dry that its
survival will be affected. If sod is stacked, it shall be kept moist and shall be stacked
roots-to-roots and grass-to-grass.
B. The sod shall be cut in strips four feet wide , or as called for on plan, to be laid parallel
with the contours.
2.02 FERTILIZER
· A. All fertilizer shall be delivered in bags or containers clearly labeled showing the analysis.
B. All fertilizer shall be in acceptable condition for distribution and shall be applied
uniformly over the planted area two weeks after sodding.
C. All fertilizer shall have an analysis of 3-1-2 or as designated on the plans. The fertilizer
rate shall be 45 pounds of nitrogen per acre.
2.03 WATER
The water shall be furnished by the Contractor and shall be clean and free of industrial wastes or
other substances harmful to the germination of the seed or to the growth of the vegetation. The
amount of water will vary according to the weather variables. Generally, the sod should be
soaked one time per day for three weeks or until established. Soaking is mandatory after
spreading the fertilizer.
2.04 COMPOST
All compost material is to be totally organic and decomposed for at lease nine months. All
compost is to be clean and free of fungus, disease, live plants, seed, excessive cotton lint and any
harmful chemicals . "New Life Soil Conditioner" or "Perma Green Compost", as specified below
or an approved equal; shall be used. Raw organics are not acceptable.
A. For soil with an alkaline pH condition: Use "New Life Acid Gro" (acid pH) soil
conditioner as produced by Soil Building Systems of Dallas, or an approved equal.
B. For soil with an acidic pH condition: Use "Perma Green Compost" by Texas Earth
Resources, Inc. of Dallas, or "New Life Natural Grower" (ph 8.0 to 9.0) by Soil Building
Systems, Inc., of Dallas.
C. Sample and Specification Submittal: Submit a producer's specification and a quart
sample of the compost proposed for the Project Manager's approval.
SECTION 02840 -TURF SODDING
- 2 -
PART 3 -EXECUTION
3.01 GENERAL
All turfing operations are to be executed across the slope, parallel to finished grade contours .
3 .02 SOIL PREPARATION
A. Scarify sub grade to a depth of three inches (3 ") before depositing the required topsoil.
B. Tillage shall be accomplished to loosen the topsoil, destroy existing vegetation and
prepare an acceptable sod bed. All areas sh.all be tilled with a heavy duty disc or a chisel-
type breaking plow, chisels set not more than ten inches apart. Initial tillage shall be done
in a crossing pattern for double coverage, then followed by a disc harrow. Depth of
tillage shall be five inches. A heavy duty rototiller may be used for areas to be planted
with sod.
C. Cleaning: Soil shall be further prepared by the removal of debris, building materials,
rubbish, weeds and stones larger than one inch in diameter.
D Fine Grading: After tillage and cleaning, all areas to be planted shall be topdressed with
one-half inch compost and then shall be leveled, fine graded, and drug with a weighted
spike harrow or float drag. The required result shall be the elimination of ruts,
depressions, humps and objectionable soil clods. This shall be the final soil preparation
step to be completed before planting.
3.03 PLANTING
Prior to laying the sod, the planting bed shall be raked smooth to true grade · and moistened to a
depth of four inches, but not to the extent causing puddling. The sod shall be laid smoothly,
tightly butted edge to edge, and with staggered joints. The sod shall be pressed firmly into the
sod bed by mechanical roller so as to eliminate all air pockets, provide a true and even surface,
and insure knitting without displacement of the sod or deformation of the surfaces of sodded
areas. Following compaction, compost shall be used to fill all cracks between sods. Excess
compost shall be worked into the grass with suitable equipment and shall be well watered. The
quantity of compost shall be such that it will cause no smothering or burning of the grass.
3 .04 FERTILIZING
Twenty-one days after planting, turf grass areas shall receive an application of 3-1-2 fertilizer at
the rate of 45 pounds of nitrogen per acre. Water well after application to prevent burning as per
requirements indicated in Part 2 -2.03 Water
END OF SECTION
SECTION 02840 -TURF SODDING
- 3 -
Approval Form
On line vers ion 11 /2005
To Curtis Caldwell
City of Fort Worth
309 W 7th Street -Suite 1020
Fort Worth , TX 76102
APPROVAL
Date 8/9/2010
Appl ication No . FTW20100726165447
District App . No . 220 -SS-187-2010
Highway BU 287P
Control Sect ion_0_1_7_20_1 ____________ _
Maintenance Section_S_o_u_th_Ta_r_ra_n_t _________ _
County Tarrant
TxDOT offers no objection to the location on the right-of-way of your proposed utility installation, as described by
Not ice of Proposed Utility Installation No . FTW20100726165447 (District Appli cation No. 220-SS-187 -2 010)
dated 8/9/2010 and accompanying documentation, except as noted below .
YOU MUST contact the TxDOT inspector Jimmy Vaughan at 817-307-1617 forty-eight hours prior to
construction . Conventional dry bore only unless approved in writing by the Area Engineer or Inspector. This
permit is approved with the following stipulations: 1) All open cut and repair will be approved in writing by the
Area Engineer prior to work (contact Ralph Garza, 817 -370-6903). 2) All open cut and repair will be done in
accordance with TxDOT Standard Specifications For Construction and Maintenance of Highways, Streets and
Bridges (Rev . June 1 , 2004), Item 361 · Full Depth Repair of Concrete Pavement (page 432).
ftp://ftp.dot.state.tx.us/pub/txdot-info/des/specs/specbook .pdf · Buzz
When insta llin g ut ility lines on controlled access highways, your attention is directed to govern ing laws . e s pecia lly to
Texas Transportation Code, Title 6, Chapter 203, perta ining to Moderni z ation of State Highways ; Controlled Access
Highways . Access for serving this installation shall be limited to access via (a) frontage roads where prov ided , (b)
nearby or adjacent public roads or streets, (c) trai ls along or near the highway right-of-way lines , connect ing only to an
intersecting roads ; from any one or all of which entry may be made to the outer portion of the highway right-of-way for
normal serv ice and maintenance operations. The Installation Owner's rights of access to the through -traffic roadways
and ramps shall be subject to the same rules and regulations as apply to the general public except, however, if an
emergency situation occurs and usual means of access for normal serv ice operations will not permit the immediate
action required by the Ut ility Installation Owner in mak ing emergency repairs as required for the safety and welfare of
the publ ic, the Ut ility Owners shall have a temporary right of access to and from the through-traffic roadways and
ramps as necessary to accomplish the required emerge.ncy repairs , provided TxDOT is immediately no t ified by th e
Ut ility Installat ion Owner when such repa irs are initiated and adequate provision is made by the Utility Installation
Owner for convenience and safety of highway traffic .
The ins tallation shall not damage any part of the highway and adequate prov isions must be made to cause m ini mum
inconveniences to traffic and adjacent property owners . In the event the Installation Owner fails to comply with any or
all of the requ irements as se t forth here in , the State may take such action as it deems appropriate to compel
comp liance .
It is express ly understood that the TxDOT does not purport , hereby, to grant any right , claim , title , or easement in or
upon this highway ; and it is further understood that the TxDOT may requ ire the Installat ion Owner to relocate this line ,
subject to provisions of governing laws, by giving thirty (30) days written not ice .
If construction has not started within six (6) months of the date of this approval, the approval will automat ically expire
and you will be required to submit a new application . You are also requested to notify this office prior to
commence ment of any routine or periodic maintenance wh ich requires pruning of trees within the highway right -of-
way , so that we may provide specifications for the extent and methods to govern in trimming, topp ing, tree balance ,
type of cuts , pa inting cuts and clean up . These specifications are intended to preserve our considerable investment in
highway plant ing and beautification , by reducing damage due to trimming .
Special Provisions:
FTW_SpecialProvision _ 11 FTW _SpecialProvision_ 17
You are requ ired to notify TxDOT 48 hours (2 business days) before you start construction to allow for proper
inspection and coordination of work days and traffic control plans. Us e the UIR website for the 48-h our notificat ion .
DO NOT start construction until you have coord ina ted the construction start date and inspection w ith TxDOT. You are
also requ ired to keep a copy of this Approval , the Notice of Proposed Installation, and any approved amendm ents at
the job site at all times.
By
ADDENDUM NO . I
Texas Department of Transportat ion
Buzz Kyler
T it le
District
ADDENDUM NO. I
Project Coordinator
Fort Worth
OTICE
PL
.e..,giil,$.~ ....... b.~ ...... r..g~,g.o.n~.ib.A~. and call your TXDOT
Inspector 48 hours prior to starting construction, and be
prepared to provide the following inform ation.
1. Permit and Highway numbers
2.The name of the Utility Com p any ,a co nta ct
person's name and phone number.
3. The name of the Construction Company, a contact
person's name and phone number.
4 . A start date
5. Date to be staked, if app licable .
. C..Q.N.I.8.Ag.I.Q.B.;.
UPON COMPLETION OF PROJECT YOU
WIL L NEED TO CALL THE PERSON THAT IS ON
T HE PERMIT AND LET THEM KNOW JOB IS
DONE.
Note: A copy of the attached Approval (including all
attachments) shall be on the job site at all times.
IF CONSTRUCTION IS FOUND TO HAVE
COMMENCED WITHOUT 48 HOURS CALL IN
NOTICE, THE JOB SHALL BE SHUT DOWN UNTIL
PROPER PROCEDURES ARE COMPLETED.
ADDENDUM NO. I
Texas
Department
of Transportation
Specifications
for
Utility
Installations
Fort Worth District (revised April 2010)
ADD END UM NO . I
Specifications for Utility Installations
Fort Worth District
TxDOT Directory For Utilities
TxDOT's Mission Statement
Safety
Protection of Highway Facilities
Use of Explosives
Protection of Existing Facilities
Deviation From Approved Plans
Staking of Utility Lines in Advance of Construction
Full-Time Supervision and Inspect ion
Notification of Job Start
TxDOT Locates
Stockpiles on TxDOT ROW
Coordination of Work With Highway Contractor or State Forces
Work Day Restrictions
Inclement Weather
Pits
Bore and Tunneling Operations
Markers
Above-Ground Appurtenances
Back-Fill of Utility Trenches
Site Clean-Up
Repair and Replacement of Rip-Rap and Earth Slopes
Special Precautions For Erosion Control
Seeding Specifications
Aesthet ics
Required Pruning Practices
Pruning Suggestions
2
ADDENDUM NO. I
3,4
5
5
5
5
5
5
5
5
5
6
6
6
6
6
6
7
7
8
8
8
8
8
9
10
10
11
!-,,11 \ I,: Ii t ,i l
TXDOT DIRECTORY FOR UTILITIES
R. 0. W. UTILITY OFFICE
J . D. GREENHILL
BUZZ KYLER
PAUL FIERRO
JIMMY VAUGHAN
STACY CLACK
BRENDA RICHARDS
UTILITY AGREEMENT I PERMIT
COORDINATOR
UTILITY COORDINATOR
UTILITY COORDINATOR
UTILITY OBSERVER
UTILITY OBSERVER
UTILITY PERMITS
S . TARRANT , N. TARRANT, JOHNSON,
ERATH , HOOD, SOMERVELL, PARKER,
PALO PINTO, JACK & WISE
I (50) JOHNSON COUNTY AREA OFFICE
RONALD ROBINSON AREA ENGINEER
RANDY BOWERS ASSISTANT AREA ENGINEER
JERRY STOUT UTILITY COORDINATOR
(51) WISE & JACK COUNTY AREA OFFICES
BILL NELSON
VACANT
VACANT
AREA ENGINEER
ASSISTANT AREA ENGINEER
UTILITY COORDINATOR
(52) NORTH TARRANT COUNTY AREA OFFICE (N. OF IH30)
RALPH BROWNE
OSCAR CHAVEZ
AREA ENGINEER
ASST AREA ENGINEER
(54) SOUTH TARRANT COUNTY AREA OFFICE (S. OF IH30)
GREG CEDILLO
DAVID NEELEY
AREA ENGINEER
ASSISTANT AREA ENGINEER
(56) ERA TH, HOOD & SOMERVELL COUNTY AREA OFFICES
MARC Mc ENDREE
DAVID BULLARD
AREA ENGINEER
ASST AREA ENG . /UTILITY COORD.
3
ADDENDUM NO . I
817 -3 70 -6588
817-370-6827
817-370 -6865
817 -307 -1617
817-313-3873
817 -370-6589
817-202-2900
817 -202-2900
817-202-2900
940-626-3400
940-626-3400
940 -626-3400
817-399-4302
817 -399-4302
817-370-6640
817-370-6640
254-965-3511
254-965-3511
/,11 \\ I Ii ! I•"
(57) PARKER & PALO PINTO COUNTY AREA OFFICES
JOHN CORDARY AR EA ENGINEE R
VACANT ASST AREA ENG . /UTILITY COORD .
JOHNSON COUNTY MAINTENANCE
RA L PH G ARZA MAI NT ENAN C E SUPERVISOR
BRYAN ANDERSON UTILITY OBSERVER
WISE & JACK COUNTY MAINTENANCE
RICKY TOMPKINS MAINTENANC E SUPERVISOR
KEITH PROCHNOW UTILITY OBSERVER (WISE)
GERRY STONE UTILITY OBSERVER (WISE)
JANA ROBINSON UTILITY OBSERVER (JACK)
NORTH TARRANT COUNTY MAINTENANCE
GARY PHILLIPS MAINT E NANC E SUP E RVISO R
STACY CLACK UTILITY OBS ERV E R
SOUTH TARRANT COUNTY MAINTENANCE
RA L PH GARZA MAINTE NANCE SUPERVISOR
JIMMY VAUGHAN UTILITY OBSERVER
ERATH, HOOD, SOMERVELL COUNTY MAINTENANCE
JAMES PARKER MAINTENANC E SUPERVISOR
TONY MUNOZ UTILITY OBSERVER
PARKER & PALO PINTO COUNTY MAINTENANCE
ALAN DONAL DS ON MAINTENANCE SU PERVISOR
WAYNE FRAIZER UTILITY OBSERVER (PARKER)
BRYAN RIGGS UTILITY OBSERVER (PALO PINTO)
682 -22 9-28 00
682 -229 -2800
8 17-202-2 90 0
817 -202 -2905
940-6 26 -3 40 0
940-626 -3400
940-626-3400
940 -567 -6611
817 -2 83-2 731
817 -313-3873
8 17-235-3416
817-307-1617
254 -897 -26 4 7
254-897 -264 7
682 -2 29 -2804
682-229-2806
940-325-2414
IN CASE OF EMERGENCIES, CONTACT J.D. GREENHILL AT 817-370-6588 ; LIGHTS AND
TRAFFIC CONTROL DEVICES SHALL ALWAYS BE USED, AND WILL BE IN STRICT
ACCORDANCE WITH THE GUIDELINES OF THE TMUTCD .
TXDOT'S MISSION STATEMENT
Th e miss io n of the Tex as Departme nt of T ran spo rt ation is to pro vide sa fe , effecti ve and efficient movement of
peo pl e an d go ods .
SA F ETY
Pleas e re fe r to the Texas Manua l on Uni for m Traffic Co ntrol Devices for questions concern ing traffic control.
Wh ile work ing on TX DO T rig ht of wa y hard hat s and fl uo rescen t safet y ves t are requ ired at all times .
PROTECTI ON OF HIGHWAY FACI LI TIES
4
ADDEND U M N O. I
All construction operations relative to installation of the Utility shall be conducted in such manner as to protect
highway facilities from damage at all times . In addition , all work must be done in str ict accordance w ith all
applicable regu lations of the occupat ional Safety and Health Administrat ion (OSHA) of the US Depa rtm ent of
Labor .
USE OF EXPLOSIVES
t:lQ explosives shall be used within limits of highway right-of-way w ithout writt en perm is sion .
PROTECTION OF EXISTING UTILITIES
Prior to beginn ing actual construction operations the Utility shall notify all other Utility Companies who may have
facilities in the area so they can determine if the proposed construction will confli ct with or otherwise damage their
facilities .
REMEMBER: 1-800-DJG -TESS
DEVIATION FROM APPROVED PLANS
No changes shall be made to the approved location of util ities w it hout prior authorization of TxDOT . The Ut ility
shall make necessary arrangements with other Util ity Owners for moving facilit ie s and/or supporting same during
trenching operations .
Any poles, anchors , etc . relocated to clear the proposed underground uti li ty li ne shal l be moved toward the
highway right -of-way line and location shall be subject to TxDOT approval. All ut ility lines incorrectly installed shal l
be removed and laid in proper locat ion at the entire expense of the Utility .
STAKING OF UTILITY LINES IN ADVANCE OF CONSTRUCTION
Uti lit y lines sha ll be staked well in advance of construction so that TxDOT can inspect staking to verify that the
alignment conforms to requirements set out herein and that ther e is no conflict with highway facilit ies .
FULL TIME SUPERVISION AND INSPECTION
The Ut ility shall prov ide competent full-time supervisors or inspectors for all utility insta llati ons.
NOTIFICATION OF JOB ST ART
48 Hour notification is required for utility Installations .
Please have the fo llowing information ready when you call :
• APPROVED PERMIT NO .
• STATE HIGHWAY NO .
• UTILITY COMPANY
• UTILITY SUPERVISOR OR IN SPECTOR 'S NAME
and UTILITY MOB ILE NO .
• GENERAL CONTRACTOR'S NAME
• NAME OF FOREMAN and MOBILE PHONE NO .
• START DATE
TXDOT LOCATES
48 Hour notification is required for TXDOT locates. BE AWARE!! TXDOT has a considerable investment in
traffic signals, lighting, and traffic management system. These systems include underground electr ic and fibe r
optic lines. If any of th e above faci lities are within the limits of the util ity project, the uti lity is requ ired to call the
phone numbers listed below :
Signals and lighting :
Phone# (817) 370 -6671
Traffic Management:
Phone # (817) 370-6745
5
ADDENDUM NO . 1
I IJ ', I. ' I '.• J ~· .
AERIAL CROSSINGS
72 Hour (3 business days) notification is required for aerial crossings .
Crossings on controlled access highways and/or high volume roadways can only be performed on Sunday ,
between the hours of 3 a.m. to 7 a.m . w ith police assistance and traffic control.
Cross in gs on non-controlled access roadways and/or low volume roadways can be performed anytime dur ing the
week, Monday thru Friday , between the hours of 9 a.m . and 4 p.m . with proper traffic contro l.
LANE CLOSURES
72 Hour (3 business days) notification is required for lane closures prior to the alteration of traffic flow.
If a lane closure Is required due to an unforeseen situation and after a utility permit has been approved , it will be
necessary to call the TxDOT Utility Permit Office at 817 /370-6588 . A traffic control plan must be submitted and
approved by TxDOT prior to lane closures .
Note: An Engineer's seal may be required for lane closures on controlled access highways and high volume
roadways .
STOCKPILES ON TXDOT ROW
Stockpiling will be allowed with permission from TxDOT . Once , permission has been granted , stockpiling can
start forty-ei ght hours prior to co nstru ction . The stockpile shall be placed on the right of way line or as close as
possible without obstructing the curb, pavement, or line of site . All ma te rials must be removed from TxDOT right
of way completion of the util ity project.
COORDINATION OF WORK WITH HIGHWAY
CONTRACTOR OR ST A TE FORCES
All work related to the installation of uti lities shall be conducted in such manner as not to interfere in any way with
hig hway construction or TxDOT maintenance operations.
WORK DAY RESTRICTIONS
Except, in cases of emergency , no work will be allowed on Saturdays, Sundays , Federal or State Hol idays or at
night.
EXCEPTIONS MAY BE GRANTED BY TXDOT IF the Utility shows that "off day" work is necessary to avo id
service interruptions to the public and the Utility agrees to the following conditions:
Obtain TxDOT approval at least 48 hours in advance. The Contractor is required to have sufficient personnel and
equ ipment on the job to efficiently execute the work . The utility will have a superv isor or inspector present on the
job at all times wh il e the work is in progress .
INCLEMENT WEATHER
To ensure the safety of the trave ling public, as well as the contractor and his crew and TxDOT agents , no work
shall be al lowed during inclem ent weather such as , but not limited to rain, fog , snow and sleet effects visibi li ty
and/or traction .
PITS
All pits shall be excavated and closed within 48 hours . If the utility wishes to leave pits open overnight , reflective
barricades must be employed .
BORE AND TUNNELING OPERATIONS
GENERAL REQUIREMENTS
Utilities crossing under surfaced roads within the limits of highway right-of-way shall be placed by a uger bore or
tunnel met hod , unless otherwise specifically authorized by TxDOT .
..,;01 C'ifL~ I •'l 1•'l l (Jiih l<\ llh:ti •[) 6 I ,•, (1, ,.
ADDENDUM NO . I
Bores or tunn els shall be placed at depths below the roa dway structure which are sufficient for superimposed live
and dead loads and also prevent collapse of supportin g soil between hole and roadway .
Boring and tunneling operations shall extend outside of the front slope and clear zone of the highwa y.
Bores
Where material beneath pavement is sandy or unstable and will be subject to caving, th e hole for the casing
shall be bored and cased simultaneously and bored material removed through casing . Cutting face of auger or
drill shall not project more than six (6) inches ahead of casing and no water shall be used in connection
with drilling .
Where material beneath pavement is stable and not subject to caving , and allowed by TxDOT , the hole for the
casing may be bored first and casing inserted in the hole immed iately after com ple tion of boring . If allowed by
TxDOT, water may be used in conjunction with boring .
Bore Pit Location
Pits excavated for boring or tunneling operations shall be locate d so that any possible sloughing of sides of pit will
not endanger shou lders or pavements and so that barricades can be placed as specified in the TMUTCD .
Bore pits should be located at least thirty fee t from the edge of the nearest throug h traffic lane and not less than
twenty feet from the edge of pavement on ramps . On low traffic roadways and frontage roads , bore pits should
not be less than ten feet from the edge of pavement or five feet from face of curb .
Tunneling
While hole is be in g tunneled , casing shalt normally be jacked into place as operat ions progress.
Working face of excavation shalt not precede advancing end of casing by more than two and one half (2'12) feet
unless otherwise allowed by TxDOT .
Grouting
Ail voids around casing shalt be pressure grouted . The grout shalt consisting of Portland Cement and washed
sand and containing not less than two (2) sacks or Portland Cement per cubic yard of grout. Additional cement
shalt be added if workability and/or stability cannot be obtained. An air-entra ini ng agent may also be added to the
grout mixture to fac ili tate flow if necessary .
Grouting shall be done immediately after casi ng has been installed in hole in order to avoid any shearing of soil
and settlement of over burden above casing.
Means shall be provided for proving that voids are filled around 24" diameter and la rger casings in the event there
is some doubt by TxDOT . TxDOT may require the Utility to install removable plugs at intervals inside the cas ing.
No holes shalt be dr illed in pavement or shoulders for grouting operations .
MARKERS
The Utili ty shall place a readily identifiable and suitable marker at each right -of-way line for highway cross ings .
Uti lities that parallel the right of way shall place a marker every 1500 feet , at intersecting streets , and highway
drainage culverts .
ABOVE-GROUND APPURTENANCES
Above-ground appurtenances , such as pedestals, fire hydrants , meters, etc ., shall be located at the right-of-way
line.
BACKFILL OF UTILITY TRENCHES
DESCRIPTION
Th is specificat ion sha ll govern backfill of trenches , which have been opened for the removal , adjustment , or
insta lla tion of ut ility lines within the li mit s of highway right-of-way . Except when perm is sion is granted ,
compacted backfill will be used for utility installat ions. Backfill shall consist of compacted material obtained
"·r<·dfo. 111 ,,~ fen l 1i:·h T.i-.1 1!.11·fl'1.; 7 ',,, \' o ft1 /Jj. i\
ADDENDUM NO. I
from suitable so il excavated from th e trench, or from sources outside the highway right-of-way . Material shal l be
free of rock , lumps, or clods that w ill not break down under compact ion .
Backfill material shall be placed in the trench in layers not to exceed 6" in depth and compact ed. Water sha ll be
added as requ ired to facilitate compaction .
Compaction shall be done with rollers or mechanical tamps . Use of rolle rs will be allowed only when such use is
not believed detrimental to any highway fa cil ity . The type of roller used must be acceptable to TxDOT. When
ro llers are used , mechanical tamps shall be used along the sides of trench to compact any backfill that cannot be
reached with rollers . Compacting sha ll be continued until a backfill density is equal to that of the ad jacent,
undisturbed material. Where trenches lie within the limits of dra inage ditches and channels , wh ich are in solid
rock, TxDOT may require 1' of concrete backfill , struck off flush w ith the top of roc k.
SITE CLEAN UP
The Utility is responsible for site clean up at the end of each workday.
Roadways adjacent to the utility construction site shall be kept free from debris , construct ion materials, and mud .
At the end of each day , construction equipment and materials shall be moved as far from the roadway as feasible
within the safety rules . If mudd ing of the roadway occurs at any time, the roadway shall be cleaned immed iately .
When the utility installation is complete , the right -of-way shall be reshaped to its original condition and
the area reseeded or re -sodded to reduce erosion .
Should settlement or erosion occur within one (1) year of the utility installat ion , TxDOT may specify prompt
rep lacement at the ut il ity's expense for bring ing the construction site to a satisfactory cond ition .
TxDOT will restore sites that are left at an unsatisfactory condition after notifica ti on has been sent to the utility .
These sites will be restored to original condition. The util ity shall fully re imb urse all costs incurred by TxDOT for
all repairs made by TxDOT . These costs include, but are not limited to matters of traffic safety , right of way
contour, restorat ion and repa irs to all highway structures : including , but not lim ite d to roads, driveways , terrain,
landscap ing , fences, etc .
REPAIR AND REPLACEMENT OF RIPRAP AND EARTH SLOPES
Any existing riprap cut by trenching operations shall be rep laced and surface of new riprap finished to match that
of existing riprap . Concrete riprap shall contain not less than three (3) sacks of cement per cub ic yard of
concrete . Reinforcing steel sha ll conform to that of existing riprap .
SPECIAL PRECAUTIONS FOR EROSION CONTROL
Special precaut ions should be taken during utility installat ions to avoid disturbing existing drainage courses . In
add ition , soil erosion should be held to a minimum and sediment from the construction site should be kept away
from the roadway and drain inlets.
During construction the roadbed and ditches shall be maintained in such cond ition to insure proper drainage at all
times . Ditches and channe ls shall be maintained to avoid damage to the roadway .
To avo id soil erosion , it is advised and encouraged that the Utility Contractor use all applicable means (i.e. silt
fences , hay ba ils , rock filter dams, etc.) to detour soil from eroding into roadway , di tches, and adjacent property .
Dates
SEEDING SPECIFICATIONS
RURAL AREA WARM-SEASON SEEDING RATE
In pounds , Pure Live Seed PLS.
Mixture for Clay or Tight Soils Mixture for Sandy Soils
Eastern Section Western Section All Sections
8 1,·'l \\. '(II l•,1,11,.'
ADDENDUM NO. I
Gr ee n Spra ngle top 0 .6 Gre en Sprang letop 0 .6 Green Sprangl eto n 0 .7
Sldeoats Gr ama (E l Reno) 1 .8 Sideoats Gra ma (Has ke ll or El Reno) 1.8 Sideoats Grama (Haskell) 2 .2
Bermu dagra ss 0 .8 little Blueste m 1.1 Bermud agrass 0 .9
Li ttle Blu este m 1 .1 ln di an grass (L ome ta or Ch eye nn e) 1.5 Litt le Blueste m 1.4
K-R Bluestem 0 .7 K-R Blues tem 0 .7 San d Dropsee d 0 .2
Swit ch grass 1 .2 Sw itchgras s {Alam o or Blackwell ) 1.2
Total 6 .2 Tota l 6 .9 Total 5 .4
URBAN AREA WARM -S EASON SEED I NG RAT E
In Pounds, Pure Live Seed (P LS)
M ixture fo r Clay o r Tight Soils Mixture for Sandy So ils
Dates Eastern Section West ern Secti on All Sections
Feb 1 Gr een Sprangle top 0 .9 Gree n Spra ng letop 1.1 Green Sprang letop 1 .1
To Bermu dagrass 1.2 K-R Blue ste m 1.3 K-R Blueste m 1 .3
May 1 K-R Blu es tem 1.0 Buffalogra ss 10 .7 Bu ffalog rass 1 .5
Buffalog rass 8.0
Total 11.1 Total 13 .1 Tota l 3 .9
T E MPORA RY COO L-SEASON S EED ING RATE
In pounds , Pu re Live See d (P LS)
Dates All Sections
Feb 1 T all F escue 4 .0
To Wes te rn Wheatgrass 5 .0
May 1 Wheat (Red , Winte r) 30 .0
T o ta l 39 .0
TE M PORARY COOL -S EASON L EG UM E S EED IN G RA T E
In po und s, P ure Li ve See d (P LS)
Dates All Sect ion s
Aug 15 Crim so n C lo ver 7.0
to
Nov 30 Total 7.0
TEM PORARY WARM -SEASON S E ED I NG RA TE
In pounds , Pu re Live Seed (P LS)
Dates A ll Secti on s
May 1 Fox ta il M illet 30.0
to
Nov 30 T o tal 3 0 .0
Note : Names 1n pa renthesis() rep resent "i mp roved" vanet 1es of the species shown .
9 ~· ll \.\ . I ~ I •cl
ADDENDUM NO . I
AESTHETICS
To preserve and protect trees , shrubbery, and other aesthetic features on the highway right-of-way , TxDOT may
specify the extent and methods of tree removal, tree trimming, or their replacement. TxDOT may also specify the
installation methods of the underground or overhead utility in order to protect and preserve trees and other
aesthetic features.
REQUIRED PRUNING PRACTICES
PRIOR TO CUTTING
• Locate ut ility lines with the least possible interference with trees .
• Amount of clearance should be determined by the rate of tree growth .
• Remove minimum number of branches to provide adequate clearance .
• Maintain adequate clearance for lines , NOT EXCESSIVE CLEARANCE.
• ALL pruning shall conform to recognized tree surgery practice .
• Preserve natural character of tree .
WHERE TO CUT
In removing a limb , the cut shou ld be made at a fork where the remaining branch w ill be at least one th ird the
diameter of the one removed .
LIMB REMOVAL
1. In removing branches the cut should be made at a fork with the remaining branch at least one -th ird the
d iameter of the one removed .
2. Undercut 1/3 of the way through the limb, 8 to 12 inches from the main stem.
3. Remove limb 4 to 6 inches out from the first cut.
4 . Remove stub with an even cut so that a trace (called a "collar") still protrudes (about Y. inch).
5 . All cuts two (2) inches or over shall be painted with an approved tree dress ing or paint. • See pg 11 .
DISPOSAL OF CUTTINGS
All pruned wood and brush must be removed from the right of way and disposed of in accordance w ith the laws
and regulations of the community, coun ty , and state .
Disease branches (espec ial ly those infected with oak wilt) must be properly d isposed of to prevent the furthe r
spread of the disease .
1 rifi<.11, ,-; fq I (1,1• I S• ,Ila' 1' .; 10 ,1!'\· 1 , 1,1,j.,
ADDENDUM NO. I
PRUNING SUGGES T IONS s.,,p1, ... ,,.., 10
fa,,. 1 O ! .,
(·-"-~
l .,) r~ . ....... . :
DES1AA8L E T REE MODIFICATIONS
PRE S E RVI NG SYMMETRY.
1!
.I -~.,-.-
DE S1RABLE DESI R AB LE
D E S I R AOL[ DESIRABLE
Specifi t ittio n~ fo r Ctillty ln:,lnlt atimu
.. ..f',
( '
1,1) , ... ) .()
L '• '.,',:.
UNOESIRABLE TREE MO DI FIC ATIO NS
..,-. ... .:.,.
Such tree -Hoe re101ionsl·11ps o, ittu,troltd perp e luo tu high
l"I\O lnlenor,ce cosl, Ol\d r i Qhl -of ·wOy u n t19hrl ln 1n
UNDE S I RABLE
UNOES 1RAB LE DESIRABLE
mo tn slem
UNO [ SIR A OL E PROPER Lt M9 R E MOVAL (2 ' d,o. or mo·e l
(*)
11 Fort \Vortb IH-.t ricl
A DDENDUM NO. I
~'{:.;:;,enr
lo,°:ransPQl'Tarlon
lns tallat lon Applicarion
Online version 4/2006
Notice of Proposed Installation
Utility Line On TxDOT Highway Right of Way
To the Texas Transportation Commission
c/o Di strict Engineer
Texas Department of Transportati on
Fort Worth Dist rict , Texas
Formal notice is hereby given that
Date ______ 7_/2_7_i2_0_1_0
App li cation No . _ __;F_T'-W'-'-"2"'0...;.1.a.00.a.7""'2"'6'-1;..:6;.;:S...;4...;4-"-7
City of Fort Worth
prop oses to install a utility facility within the right -of-way of BU0287P
in Tarrant County, Texas as follows : (details are shown on page 2)
Installation of new 8-inch sanitary sewer along South Riverside Drive between 4833 S Riverside Drive
and Glen Eden Drive. New main will be constructed within easement outside of TxDOT ROw except at
4833 S Riverside Drive (at connection with exist i ng MH) and at intersection of Glen Eden Drive (to
connect to existing sewer main). Existing main under S Riverside pavement will be abandonned in
place and filled with flowable fill.
The line wilt be co nst ructed and maintained on the highway rig ht-of-way as shown on the attached drawing
an d in acco rd ance with th e rules , regulations and po licies of the Texas Department of Transportation
(TxDOT), and all govern ing laws, including but not limited to the "Fede ral Clean Water Ac t ," the "National
End angere d Specie s Act," and the "F ederal Historic Preserva tion Act." Upon request by TxDOT, proof of
compliance with all governing laws , rules and regu lati ons wilt be submitted to TxDOT before commencement
of construction .
Our firm will use Best Management Practices to minim ize erosion and sedimentation re sul ting fro m the
proposed Installatio n, and we will revegetate the project area as ind icated under "Revegetation Spec ial
Prov is ions ."
Our firm will ensure that traffic co ntro l measures complying with applicable port ions of the Texas Manual of
Uniform Traffic Control Devices will be insta lled and maintained for the du rat ion of this installation .
The loca tion and description of the proposed installat ion and appurtenances is more fu lly shown by _1 _ fi les
containing drawings and other pertinent informat ion uploaded to the website.
Construction will begin on or after December 16 201 o a nd end on or before June 7 2011
I certi fy that I am authorized to represent the Firm listed below , and that our Firm agrees to the
conditions/provisions included in this notice .
Utili ty Installation Owner _C=ityL..::.of'-'F...;o::..crt~W;..:o:.crt~h=------------
By Curtis Caldwell
Title------------------
Address 309 W 7th Street -Su ite 1020
Fort Worth TX 76 102
Phone No . 817-763 -888 3
E-mail address curt is.ca ld well@dannenba u m .com
ADDENDUM NO . I
Application No.
Date
Utility Installation Owner
By
TxDOT District
County
Route
Control Section
Application Deta il s
FTI/V20100726165447
7/27/2010
City of Fort 1/Vorth
Curtis Caldwell
Fort 1/Vorth District
Tarrant
BU0287P
01 7201
Installation of new 8-inch sanitary sewer along
South Riverside Drive between 4833 S Riverside
Drive and Glen Eden Drive . New main will be
constructed within easement outside of TxDOT
. . ROw except at 4833 S Riverside Drive (a t
Des cri ptio n connection with existing MH ) and at intersection
of Glen Eden Drive (to connect to existing sewer
main). Existing main under S Riverside pavement
will be abandonned In place and filled with
flowable fill .
TxDOT Uti li ty Permi t 7-27-10 Plan Sheets
Attachments Only.pdf -~'-----------------
ADDENDUM NO . I
TxDOT -Fort Worth District
CHECKLIST FOR REV IE W OF NOTICES OF PROPOSED INSTALLATION
Online version 05 /2009
Yes No N/A
~ D D Are oth er existing utility lines in the vi cin ity shown on the plans and ha ve you included vertica l
eleva tion s and horizonta l alignments for these existing utilities based on the dep artme nt's survey
datum?
~ D D Are the righ t of way line and edge of highway pavement clearly shown on plan s?
D D ~ For li nes lo be installed parallel to the hig hway , have you included the design, proposed location ,
vertical elevations , and horizontal alignmen ts of the utility facility based on the departmen t's survey
datum , the relationship lo ex is ting highway facilities .
~ D D For installations parallel to the hig hway , does the i nstallat ion alignment change? Alignment changes
need to be justified and reasonable .
D D ~ For gas crossings , are all encased gas lines showing vent pipes at right of way line and all gas
pipes clearly marked wi th owners sig ns ?
-----·-----
D D ~ For aerial in stallations , do the plans clearly show and differentiate between existing poles and new
poles?
~ D D For highway crossings, is the lo ca tion of th e crossing clearly shown on the plans? The cross ing
should be as close to 90 degrees as practical.
------------------------
D D ~ The following statement is clearly stated on each page of the plans : CONTRACTORS : IT IS YOUR
RESPONSIBILITY TO CALL THE TX DO T AREA INSPECTOR 48 HOURS PRIOR TO START OF
CONSTRUCTION . (see specs for utility installations for contact numbers)
~ D D Are the utility plans legib le , drawn to scale, and accu rately dimensioned and when printed out are
easily read?
~D
~D
----------------
D It is understood it Is the application owners' res pon sibili ty to file the 48 hours job start notice through
th e on line UIR Elec tron ic program . In the com ment box you shall enter th e name of th e con tractor,
on si te supervisor name and ce ll number and the date the cons truction is going lo start.
To Be Determ i ned-j ob letting w ill be during Oct '10
D For lin es crossing Stale highways or roads , crossing Intersecting streets/county roads, or pas sing
through the protected roo t area of des irab le trees, is it clearly shown in des cription and on ALL
plans that the li ne will be i nstalled by co nventional dry auger boring unl ess otherwise approved by a
Tx DOT engineer or Inspector? In addition , casin g should be shown under highways and paved ci ty
streeVco unty road in tersections.
AD DEN DUM NO . I
~~
~J.IH -
I • 1
~
~
DANN EN BAUM
ENG INEERING CORPORATION
T.&.P.E. flRM REGISTRATION a 3112
-,~--."°'-~Clln.'MOfflM.'1'N11'.l')~I
Mill l . MONCRIBJI'
D.U:S A. l'WiUJUl P.E.
=-
YILLIAX A. VlllXB&T. P.E.
~T•T'Dlf .._, ....., ...... __,_
S. PRANC CRU>CB,, P.B.
..... Ta -..... Tla>IT~
THE
2008
CITY OF F ORT
TEXAS
WORTH
STORM WATER
OAKRIDGE
UTILITY PROJECT
TERRACE &:
LINDA LANE DRAINAGE IMPROVEMENTS
CITY PROJECT
N O . 00.(7.(
,pcanc,,,ocs; "'°°"1CO.., 1Hf ,o,.s
ac,>M NO(T fS ~"noM, ..UI[ l, :cc.. N<1 Jlll'l:crcAnoM n·oo11 unm .u
fQ.LOWS 5H,il,l.l,. c;o,,(Jlfi Oil NS,-=i.c:CT(CJI
AU. IIICll'IC • ._ M iTA~#Q(tO, W.'I.
-.!li-'Y.-
' """'Mn 2 $QJIM~o,lli',(1,t•C1-«TK'IIOl~•Men.t
l.,11.IDUl..l-<IOIOII S'lA .U.G.WI lO SU.......00 lto.nk--...... ,~__........,. .. ,..grU
LA.~ I.~ SU ..... ~ l'U, ~!IU~ ~====:::g>:: ··~NC)CQC$'flUCtOIS1.aiKINID.C(.)i-"
,-~.c,~flltOO,IIOK(" -GJ
P....-C..OC~~fl...a,t,IIID9C(-ff1 ,::===~~m=:: :;:=::::==:::ft:: 1)"~.MCIOJN:S-.JC10 S1~tc 0)-11'1 :::=====: ;~::~
... lltNYlCCQlfflCl,.~SJallDMO -Z (l:1)-ll
11" 1C-..«T 1CNm01. _....,.,,T. #C -'ID, f'Cl.ill1IOI
COfflllCI...IIICASUIO[C(l}-11
1rlDPCIWn'OI090l.~.-,w,lDll'Q.alrOol
CGl'Wl..~(CU}-&l
,r~~l'\M P~lCl'Q-'J -G) ~=:::,.er:::~--:..~
Cl'--JOl-o.lN
"'IKS'T-...rts,.~T~
1H fHIS ,00:CE 5CCn, KA"l'.l(OI R1.f:CU
I Y WCl'l l,llrlll(ll.11T3Uo"CJl•110i!.U90III
~l0~'9!CILC't.
BUSINESS US 287
ANDRBW T. CRONIBRG, PJL ...-:Alff DEUC'TOI.. ,.. ... ,. -.un,mn'
I
!
i
I
'------------------------------L_o_c_.o._r_1_o_N_M_A_P ______________ = __ ::._ ...... __________________ _JI,
>-0
0
tT1 z
0 c:::
3:::
z
0
~-H
.,.
...
....
·~
·~
___ ,_
;~ ~
:iJi a.•
r:.rt<
sH
l.
w/J•r:S:. ~ ~,~ ~
~
I ti
U+OU
Ill _,,...-?'I \
'1 . ~ .,. ....... lll •DJI
\ --·-H.·--• "<I..C ellil-ol1
CJ' ... Bl U,
: I
4!1 •00 <o+oo
-=-
o::st.WA-'f.-i.W.-IM-
QISI.-C,.QUC --
Dalt.""'llll..c?OI -a
c.!i1.._M_f -0
~OJ'.(. -Gr<-
~nll:.-(-...:W.-...0.,__,_
f'ltClll.-..,;,oo -n --+-
~c;A&J;-cu-
~!Wkl.C CD
<!)
,;,,.,s1,,U01, "'
::::' C: a
"'*-~ e .,,
<--
=11A':;~-u_____ 0
"""'· 'MU 'Ui" ---
0 ,,c,o.:: e
W01£, ~ CO.-.rtllt ~ 00,,::::: ~ "T !
1---11-------+-'---+'---,i
m I I I 11
c,asr • ..-oc.('1~
CIDSf.1·n:-, $CG=
C."3f. IMl ICIO -U-0-
(1(1$T, ... n v..._,c -M-~ 01W1· 11""'*l.[ C
OIISL-'UII.IC -•-•ff
C.f M 'IDfll(ffll -0 ._
[mt,,W:,o-1" ""'¢
~ru:c. -1),4:-
~ru,-c-
\
.....:x-=uom.-,-
~.-.11(1(11 -n --'4/'ICOflllQ. 6. -u.oi.~-1'__. ::::::..: ____ "" 0
0 ,im:,om: •
1-"'::;c~;,.;· "'":;:_',C-;:""c;;::;;.~e,:~-"Q-.---,-=---. -=,,,,_~.=-.-, --l~
a.u, .. -.S ,_. 10 m..w.ll'C • -Mflt i!.: ~==NOT i:i~ ::''rirn, uo,r #CJ SI°""-,..:.:;:::::
STORM WATER unuTY PROJ(CT
OAKRIJG( TERRAC( ANO UNOA. L A.NE
0RAINA.G£ IMPROV0o1ENTS U
SOUTH :l1Y£RS1Ut DRI VE 1
SANITARY SEll'l"R PUN & PROFU.E i
~--"S"'TA,_._:4,:sRc:;+:,:OOe,L,,,-:;.,,_~
0...:~"'o"'~~-"'5"'0 +::,5,;.1,.. l..___j!
,--,.-±=c:t;-;:-tt~+=--c-+-~~-+-----+--4+-------+---+~+---+--+~-4-A"~ DANNENB AUM !
ENGINEERING CORPORATION
t-""'-i--+--+---I---F---+--l--+---1...--'--+---H---+--+--+,J,;++--l--+--l---l--+----l---4--.Wa-1--'•"'""'-""':-"'•,.>!-.,-.._":',,.,"':!c:~.:~"'-::.:~"."'':,.."'=~""---J~
1-------l'-'----'-'--'-----!~
t-'~~-~---'--~-.,~,---'--~---'---'---.,,,,."'oor--'--~"---'---'--..e=L--'------'---'---'---~r.,.!.-.--i-_ _.._ _ _, __ .u=~,.:::""~.=:,,._=,.-.... ---.--,......J_L.:_::: ... =_,,::. ... -=._---1S
E: c-.-..s..-11<11 (1,001.,., j
• < I
TxDOT PERMIT (03-SD-107-09
SECTION 8 -EASEMENTS
Parcel 1 4842 Glen Eden Drive
Parcel 2 4849 South Riverside Drive
Parcel 3 4841 South Riverside Drive
Parcel 4 4837 South Riverside Drive
Parcel 5 4833 South Riverside Drive
Parcel 6 1200 East Broadus Street
Parcel 7 4837 South Riverside Drive
Parcel 8 4833 South Riverside Drive
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
Parcel# 1
Doe# 5414
4842 GLEN EDEN DR.
Lot-14, Blk-2, ROLLING HILLS
co
AEA r,...§4-1 t./--I
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT SEWER AND DRAINAGE (PIPE) FACILITY EASEMENT
DATE : 11-12-08
GRANTOR: OSCAR SUTHPHEN & LINDA ALLEN
GRANTOR'S MAILING ADDRESS :
4842 GLEN EDEN DR.
FORT WORTH, TARRANT COUNTY, TX 76119
GRANTEE : CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS :
1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
-... . .
CONSIDERATION : Ten Dollars ($10 .00) and other good and valuable considerat ion, the
receipt and sufficiency of which is hereby acknowledged .
PROPERTY: Being a portion of Lot 14 Block 2, Rolling Hills, Fort Worth,
Twant County, Texas, as recorded in, Volume 388-C, Page 101, Plat Records
Tllrrant County TX, and being more particularly described in Exhibit "A".
Grantor, for the Cons ideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and ass igns, an exclusive,
perpetual easement for the construction, operation , maintenance , replacement, upgrade, and
repair of a Permanent Sewer and Drainage Fac ility , he reafter referred to as "Facil ity ". The ,.,.
PARCEL 1 -Pg . 1 of 6
Facility includes all incidental underground and aboveground attachments , equipment and
. appurtenances. including, but not limited to manholes , manhole vents, lateral line connections ,
pipelines, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock
rip-rap and other erosion control measures in, upon, under and across a portion of the Property
and more fully described in Exhibit UA" attached hereto and incorporated herein for all pertinent
purposes , together with the right and privilege at any and all times to enter Property, or any part
.thereof, for the purpose of constructing, operating , maintaining, replacing, upgrading, and
repairing said Facility .
·1n no event shall Grantor (I) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within
the easement property a permanent structure or building, including, but not limited to,
monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that
require a building permit, or any structure not requiring a building permit but which may threaten
the structural integrity or the capacity of the storm drain and its . appurtenances . However,
Grantor shall be permitted to maintain any existing concrete driveway or road on the Property.
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and
expense , including the restoration of any sidewalks , driveways , or similar surface improvements
located upon or adjacent to the Easement which may have been removed, relocated, altered ,
damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder.
Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems
or other improvements installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the
rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors
and assigns forever; and · Grantor does hereby bind itself and its successor and assigns to
warrant and forever defend all and singular the easement unto Grantee, its successor and
assigns, against every person whomsoever lawfully claiming or to claim the same , or any part
thereof.
When the context requires, singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
-
PARCEL 1 -Pg. 2 of 6
..
GRANTOR:
Os°'-'\~~
.Oscar Suthphen
GRANTOR:
Linda Allen
GRANTEE: City of Fort Worth
Fernando Costa
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY
Assistant City Attorney ·
ACKNOWLEDGEMENT
STA TE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of Texas,
on this day personally appeared · · , known to me to be the
same person whose name is subscribed to the fore oing instrument , and acknowledged to me
that the same was the act of S · and that he/she executed
the same as the act of said sc. S c. for the purposes
and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this .;) 1
STATE OF TEXAS
COUNTY OF TARRANT §
day of
BEFORE ME, the undersigned ct.uthority, a Notary Public in and for the State of Texas,
on this day personally appeare~~-U M -....> , known to me to be the
same person whose name is subsc_9bed to the foregoing instrument, and acknowledged to me
that the same was the act of '---~~ ~.._j and that he/she executed
the same as the act of said ~ for the purposes
and cons ideration therein expressed and in the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this c:9-1 day of
-#_£t._· p.---,~-< __ , 2r:f) 7. F--------~ ~-c_Er{/)J ·
Notary Public in an&'torthe State of Texas
l'lmt~u1 -Pg . 3 of 6
---........ --""""""'"""'"""""-""""'1
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
_ BEFORE ME, the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Fernando Costa , Assistant City Manager of the City of
Fort Worth, known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the City of Fort Worth and
that he/she executed the same as the act of the City of Fort Worth for the purposes and
consideration therein expressed and in the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this .I/~ day of
__ 7J/-+-,-41ch"'-=-"....__ __ , 20~. -...,
,; , , ; :,M .-. ·,.F ;,.J F:XP!RES ~tateofT
PARCEL 1 -Pg. 4 of 6
EXHIBIT "A"
Being a 20 feet wide permanent drainage and sanitary sewer easement out of a 0.339 acre tract
of land conveyed to OSCAR SUTHPHEN and LINDA ALLEN by warranty deed as recorded in
Tarrant County Clerk 's Instrument Number (T.C .C.I.No.) 0208193534 of the Deed Records of
Tarrant County , Texas (D .R.T.C.T.), said tract also being Lot 14, Block 2, Rolling Hills, being an
~ddition to the City of Fort Worth, Tarrant County, Texas according to the plat as recorded on
Volume 388-C , Page 101 of the Plat Records of Tarrant County Texas (P .R.T.C.T .), said 20 feet
wide permanent drainage and sanitary sewer easement being herein more particularly
described by metes and bounds as follows :
BEGINNING at the southwest property corner of the said Lot 14 , same being the south property
corner of Lot 15, Block 2 of the said Rolling Hills, said beg inning point also being on the north
right-of-way line of South Riverside Drive;
THENCE North 28°20'00" West, along the west property line of the said Lot 14 , same being the
east property line of the said Lot 15 , a distance of 20.00 feet to a point;
THENCE South 61 °40'00" East a distance of 104.64 feet to a point on the east property line of
the said Lot 14, same being the west right-of-way line of Glen Eden Drive, being a 50 feet wide
public right-of-way;
THENCE South 17°21'00" West, along the said east property line and along the said west right-
of-way line, a distance of 13.67 feet to the southeast property corner of the said Lot 14 , same
being on the north right-of-way line of Rodeo Street, being a 30 feet wide public right-of-way ;
THENCE North 89°55'00" West, along the south property line of the said Lot 14 and along the
said north right-of-way line of sa id Rodeo Street a distance of 13 .90 feet to a south property
corner of the said Lot 14, same being the intersection between the said north right-of-way line of
Rodeo Street, with the said north right-of-way line of South Riverside Drive ;
THENCE North 61 °40'00" West, continuing along the said south property line of Lot 14 and
along the said north right-of-way line of South Riverside Drive, a distance of 95 .00 feet to the
Point of Beginning containing 0.048 acres (2,087.1 Sq. Ft.) of land more or less.
PARCEL 1 -Pg. 5 of 6
PLAT OF EXHIBIT ,, A"
Iv
I
No.
LT
L2
LJ
QIRECllON DIST.
N28"20'00"£ 20.00'
Sf 7"21'00 "W 13.67'
NB9~5'00"W 13.90'
0. 66 fACR~ (Pl,.A T)
.LOT 15 & 16, /JLOCK 2
ROLLING HILLS
VOL 388-C, PG. 101
P.R;T.C.T.
LYNDA D ALFORD
T.C.C.l No. D194148.J53
O.R.T.C.T.
1
I
I
...,.
I
Sff A TTA CHED LE CAL DESCRIPTION
ON PAGE 5 OF EXHIBIT "'A;, HEREIN
I
I
I PROPERTY UN£
.0. 339 ACRES {PLAT)
LOT 14, BLOCK 2
ROLUNG HILLS
VOL 388-C, PG; 101
P.R. T. C. T. ..
OSCAR SUTHPHEN &'
UNDA All..EN
T. C. C.I.No. 02081935.34
D.fl T. C:. T.
EXHIBIT "'A "
I
I~
'::J 20' WJDE PERMANENT DRAINAGE
AND SANITARY SEYER EASEMENT ao48 ACRES (2,087.1 SQ •. FT.) A~.· ~·
Q:'
I
I
I
I
I
I
I
I
I
I
I
I
RODEO STREET
NOTE: nt£ BASIS OF BEARJ/:lqS FOR THIS SURvE:Y IS £5'TABLISHED F80M PLA T'B£ARINGS AS
$HOHN ON ROlllNG Hill$. BE:J/':IG AN AOO!TlON IQ TH£ .CITY OF fQRT WORTH TEXAS, TARRANT
COUNTY AS S/10H1V ON VOf.JJM£ 388-C, PAGE: 101 OF PLAT RE'COROS OF TARRANT COUNTY.
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
PARCEL NO . 1 D O E # 5414
SUBDIVISION : ROt;(;ING HILLS 1--·-·· -·-· ...:.:.... ---------f
LOCATION : CITY OF FORT WORTH , TARRANT COUNTY, TEXAS PERMANENT 20' WlDE ORAiNAGE ·AND
WHOLE PROPERTY ACREAGE: 0.339 ACRES PER PLAT SANITARY SEWER EASEM.ENT
S&A JOB NO.: 1.638 DRAWN BY: J.W.C, EXHIB. IT "A" PAGE 6 OF 6
OATE : 11-12-08. CHECKED BY: E.S. S,
SPOONER & ASSOC., INC. 309 BYERS STREET, #100, EULESS, TX 76039,
30' B, O. 1'.
. . : -· ~ ~ -',
CITY OF FORT WORTH
RIGHT OF WAY & EASEMENT TEAM
8851 CAMP BOWIE BLVD, 3RD FL
FT WORTH TX 76116
Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME
SUZANNE HENDERSON
TARRANT COUNTY CLERK
TARRANT COUNTY COURTHOUSE
100 WEST WEATHERFORD
FORT WORTH, TX 76196-0401
DO NOT DESTROY
········· ..•.. 11.,-<.• ~Olh\t~;• ••• l~~? ~· . ..>. ..
1c1,: .·.~· · .-.. ·.ta :<,. . , I >!
~.\'" ~ .. • • :J; i
•. . . I .. . .. .. ... .. . . .... ........
WARNING· THIS IS PART OF THE OFFICIAL RECORD.
0209063224
03/09/2009 02 :12 PM
D209063224
7 PGS $36 .00
ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE
OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR
RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.
Printed by : OS
M&C: DATE ----
AGENT ~DOE# 54 ll/
l) )._ I {) '-/
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
Parcel# 2
Doe# 5414
4849 South Riverside Drive
Lots 15&16, Blk-2, Rolling Hills
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT WATER, SEWER AND DRAINAGE (PIPE) FACILITY EASEMENT
DATE:
GRANTOR:
May 8, 2009
Lynda D. Alford Taplin
George Taplin
GRANTOR'S MAILING ADDRESS:
4849 South Riverside Drive
Fort Worth, Tarrant County, TX 76119
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
PROPERTY: Being a portion of Lots 15 and 16, Block 2, Rolling HIiis, Fort Worth, Tarrant
County, Texas, as recorded In Volume 388-C, Page 101, Platt Records Tarrant County, TX, and being
more particularly described in Exhibit "A". '
Granter, for the Consideration paid to Granter and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual
easement for the construction, operation, maintenance, replacement, upgrade, and repair of a
Permanent Water, Sewer and Drainage Facility, hereafter referred to as "Facility". The Facility
includes all incidental underground and aboveground attachments, equipment and appurtenances,
Pennanent Water, Sewer and Drainage FaciHty (Pipe) Easement
including , but not limited to manholes, manhole vents, lateral line connections, valves, pipelines,
water meters, junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock
rip-rap and other erosion control measures in, upon, under and acro~s a portion of the Property and
more fully described in Exhibit "A" attached hereto . and incorporated herein for all pertinent
purposes, together with the right and privilege at any and all times to enter Property, or any part
thereof, for the purpose of constructing , operating, maintaining, replacing , upgrading, and repairing
said Facility.
In no event shall Grantor (I) use the Property in any manner which interferes in any material way or
is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument sign,
pole sign, billboard, brick or masonry fences or walls or other structures that require a building
permit, or any structure not requiring a building permit but which may threaten the structural
integrity or the capacity of the storm drain and its appurtenances. However, Grantor shall be
permitted to maintain any existing concrete driveway or road on the Property. Grantee shall be
obligated to restore the surface of the Property at Grantee's sole cost and expense, including the
restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent
to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a
result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee
shall not be obligated to restore or replace irrigation systems or other improvements installed in
violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights
and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and
assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and
forever defend all and singular the easement unto Grantee, its successor and assigns, against
every person whomsoever lawfully claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns i,:icfude the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Permanent Water. Sewer and Drainage Facility (Pipe) Easement
GRANTOR:
Permanent Water, Sewer and Drainage Facility (Pipe) Easement
GRANTEE: City of Fort Worth
r -, ./'1., -~ ... ~--.,~
Fernando Costa
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY
ill.~!~IY
ACKNOWLEDGEMENT
STATE OF TEXAS §
§
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared Lynda D.
Alford Taplin, known to me to be the person whose name is subscribed to the foregoing
instrument, and acknowledged to me that he/she executed the same for the purposes and
consideration therein expressed.
Given under my hand and seal of office this the d5'-1j day of ~
20f0 ~,1111111~,,
STATEOF~
~~ :\ ~ E. i,i!'4t._
~~~~~.;.,~%,, '~ /} 1: ( * ~~) c_=-z:';k~~=...i..Q--1.--=----,~~~--
\ \~./ "f Notary Publicln or
§
§
~~~rr ~,,.# The State of TEXAS 7111n11111111,,,~
BEFORE ME, the undersigned authority, on this day personally appeared George
Taplin, known to me to be the person whose name is subscribed to the foregoing
instrument, and acknowledged to me that he/she executed the same for the purposes and
consideration therein expressed.
Given under my hand and seal of office this the ~ day of ~
2010.
~:ic~
The State of72m
Permanent Water, Sewer and Dra inage Facility (P ipe) Easement
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort
Worth, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the City of Fort Worth and that he/she
executed the same as the act of the City of Fort Worth for the purposes and consideration therein
expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this ,,//J~ day of
......... Af;____.& ____ ,L~---· 201l> .
Permanent Water, Sewer and Drainage Facility (Pipe) Easement
Notary Public in and for the State of Texas
EVON!A DANIELS
MY COMMISSION EXPIRES
July 10, 2013
EXHIBIT "A"
Being a 20 feet wide permanent dra inage and sanitary sewer easement out of a 0.661
acre tract of land conveyed to LYNDA D. ALFORD by warranty deed as recorded i n
Tarrant County Clerk 's Instrument Number (T.C .C .I.No.) D194148353 of the Deed
Records of Tarrant County, Texas (D.R.T.C.T.), said tract also being Lots 15 and 16,
Block 2, Rolling Hills, being an addition to the City of Fort Worth , Tarrant County, Texas
according to the plat as recorded on Volume 388 -C , Page 101 of the Plat Records of
Tarrant County Texas (P.R.T.C .T .), said 20 feet w ide permanent drainage and sanitary
sewer easement being herein more particularly described by metes and bounds as
follows :
BEGINNING at the south property corner of the said Lot 15, same being the west
property corner of Lot 14, Block 2 of the said Rolling Hills , said beginn i ng point also
being on the north right-of-way line of South Riverside Drive ;
THENCE North 61 °40'00" West, along the southwest property line of the said Lots 15
and 16 , same being the said north right-of-way line of South Riverside Drive , a distance
of 180.00 feet to the west property corner of the said Lot 16 , same being the south
property corner of Lot 17, Block 2 of the said Rolling Hills ;
THENCE North 28°20'00" East, a long the northwest property line of the said Lot 16,
same being the southeast property line of the sa id Lot 17 , a distance of 20 .00 feet to a
point;
THENCE South 61 °40'00" East a distance of 180 .00 feet to a point on the southeast
property line of the said Lot 15 , same being the northwest property line of the sa id Lot
14;
THENCE South 28°20'00" West, along the said property lines, a distance of 20 .00 feet
to the Point of Beginning containing 0.083 acres (3,600.0 Sq. Ft.) of land more or less.
PARCEL 2 -Pg . 5 of 6
-
. .
J
LOT 11, BLOCK 2
ROWNG HILLS 1
1,VL. 388-C, PG. 101 1
PLAT OF EXHIBIT ''A 0
S££ ATTACHCD LEGAL DESCRIPTION
ON PAGE 5 OF EXHIBIT "A" H£R£JN P.R.T.C.T. I
.---...-------......... ----. No. DIRECTION DIST. I
~~~I l%ffi1vf-f:ts 2 / Lf N28"20'00"E 20.00'
0
20;00' , , VOL 388,-C, PG. 101 I
LOT 17. BLOCK 2
ROWNG HILLS
WL 388-C, PG. 101
P.R. r.c. r.
'. ' . P.R. T.C. T. '-"-. I
1
"--.:::_' ....::,-, 1 LOT 1 J, BLOCK 2
I ' ..:::--, ... ' I ROWNG HILLS
I , '"-WL. .J88.;,.C, PG. 101 ·,~~l I P.R.T.C.T. 1: ~>?:4>, / f::' ,:J 1/'J ~ ,~ ........ ~' ........ !/ 0.661 ACRES (PLAT} ,'~.::::_,. ·
/ ~ LOT 15 &:-16, BLOCK 2 . '-" ',
I . q_<f-·. RO?UNG HILLS . Y, ', ''
1 VOL 388-C. PG. 101 PROPERTY UN£ J , , .• I ~RT.aT. ·
, L mDA o ALFORD ,
1 r.c.at. No. 0194148353 ;'
D.R. t.a T.
I
EXHIBIT "'A "
GRAPHIC SCALE IN FEET
1· = 40'
20' WIDE PERMANENT ORA/NAG£
AND SANITARY SEl+ER EASEMENT
·aoe3 ACRES (3;6oao so. FT.) ·
I
I
/LOT 14, BLOCK 2
1
1 . ROLLING Hlli.S
'
n1L • .JM-:--C, PG. 101
P.8.T.C.T.
NOTE: TH£ BASS OF BEARINGS FOR THIS SURVEY IS £STABUSHEO FROM PLAT BEARINGS AS
SHOJi,N ON ROI.UNG HILLS. 8£1NC AN ADoinON TO THE crrr OF FORT WORTH !!XASi rARRANT
CO()Nrt AS SHOHN ON VOLi.JM£ .J;s{J-C, PAGE 101 OF PLAT RECORDS OF TARRANT COUN'TY.
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
PARCEL NO . 2
· s.UBDIVISION : ROLLING HILLS . .
LOCATION : Ctl't' OF FORT WORTH , TARRANT COUNTY, TEXAS PERMANEN l 20' WIDE DRAINAGE AND
~OLE PROPERTY ACREAGE ; 0 .661 ACRES PER PLAT . SANITARY SEWER EASEMENT
D.O.E. 5414
S&A JOB . NO.: 16J8 ()Rt,WN BY: J.W.C. EXHIBIT "A" PAGE 6 OF 6 DATE : 11-12-08 CHECKED .BY: e;.s.s.
SPOONER ck Assoc .• INC. 309 BYERS S1REET. 1100. EULESS, TX 76039, PH 817-281-2355 FAX 817 -685-850
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
Parcel# 3
Doe# 5414
4841 South Riverside Drive
Lot-17, Blk-2, Rolling Hills
. ' .. r, •., .·, ri \ .,, . ' '
@C,~~'r
•.. _.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
PERMANENT WATER, SEWER AND DRAINAGE (PIPE) FACILITY EASEMENT
DATE: February 23, 2009
GRANTOR: BOBBY D. HARRIS & LINDA D. HARRIS
GRANTOR'S MAILING ADDRESS: 4841 South Riverside Drive
Fort Worth, Tarrant County, TX 76119
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the receipt
and sufficiency of which is hereby acknowledged.
PROPERTY: Being a portion of Lot 17, Block 2, Rolling Hills, Fort Worth, Tarrant County, Texas,
as recorded in Volume 388-C, Page 101, Platt Records Tarrant County, TX, and being more particularly
described In Exhibit "A".
Granter, for the Consideration paid to Granter and other good and valuable consideration, hereby
grants, sells, and conveys to Grantee, its successors and assigns, an exclusive, perpetual
easement for the construction, operation, maintenance, replacement, upgrade, and repair of a
Permanent Water, Sewer and Drainage Facility, hereafter referred to as "Facility". The Facility
includes all incidental underground and aboveground attachments, equipment and appurtenances,
including, but not limited to manholes, manhole vents, lateral line connections, valves, pipelines,
Pemianent Water. Sewer and Drainage Facility (Pipe) Easement
Rev . 06/2008
water meters, junction boxes, inlets, flumes, headwalls, wingwalls , slope pavement , gabions, rock
rip-rap and other erosion control measures in, upon, under and across a portion of the Property and
more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent
purposes, together with the right and privilege at any and all times to enter Property, or any part
thereof, for the purpose of constructing, operating, maintaining, replacing, upgrading, and repairing
said Facility .
In no event shall Granter (I) use the Property in any manner which interferes in any material way or
is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument sign,
pole sign, billboard, brick or masonry fences or walls or other structures that require a building
permit, or any structure not requiring a building permit but which may threaten the structural
integrity or the capacity of the storm drain and its appurtenances . However, Granter shall be
permitted to maintain any existing concrete driveway or road on the Property . Grantee shall be
obligated to restore the surface of the Property at Grantee's sole cost and expense, including the
restoration of any sidewalks, driveways, or similar surface improvements located upon or adjacent
to the Easement which may have been removed, relocated, altered, damaged, or destroyed as a
result of the Grantee's use of the easement granted hereunder. Provided, however, that Grantee
shall not be obligated to restore or replace irrigation systems or other improvements installed in
violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the rights
and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors and
assigns forever; and Granter does hereby bind itself and its successor and assigns to warrant and
forever defend all and singular the easement unto Grantee, its successor and assigns, against
every person whomsoever lawfully claiming or to claim the same, or any part thereof.
When the context requires, singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
Permanent Water. Sewer and Dra inage Facility (P ipe) Easement
Rev. 06/2008
GRANTOR:
Permanent Water, Sewer and Drainage Facility (Pipe) Easement
Rev . 06/2008
GRANTEE: City of Fort Worth
~~ .. J.QJ
Fernando Costa
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY
~-1\ ~1 l~ l,\Q.. ::12iµld'
Assistant City Attorney
ACKNOWLEDGEMENT
STATE OF TEXAS §
§
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared Bobby D.
Harris, known to me to be the person whose name is subscribed to the foregoing
instrument, and acknowledged to me that he/she executed the same for the purposes and
consideration therein expressed.
Given under my hand and seal of office this the oiS-day of U'o"'~<l~ ,
200
<:.c_ STATE OF_..) __ §
§
COUNTY OF ~ ·ci\[ev-i~
NotryPublic in and for
The State of TEXAS
BEFORE ME, the undersigned authority, on this day personally appeared Linda D.
Harris, known to me to be the person whose name is subscribed to the foregoing
instrument, and acknowledged to me that he/she executed the same for the purposes and
consideration therein expressed.
Given under my hand and seal of office this the /l ~ day of
2008. ZD01
Anthony Jackson
Notary Public for South Carolina
My Commission Expires: 6 March 2010
Permanent Water. Sewer and Dra in age Fac ility (Pipe) Easement
Rev. 06/2008
Notary Publid'i and for
The State of ~ ( ____ ........ ___ _
-
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of Fort
Worth, known to me to be the same person whose name is subscribed to the foregoing instrument,
and acknowledged to me that the same was the act of the City of Fort Worth and that he/she
executed the same as the act of the City of Fort Worth for the purposes and consideration therein
expressed and in the capacity therein stated. ~
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 0cY day of
Permanent Water. Sewer and Drainage Facility (Pipe) Easement
Rev. 06/2008
! .
EXHIBIT "A"
Being a 20 feet wide permanent drainage and sanitary sewer easement out of a 0.331
acre tract of land conveyed to BOBBY HARRIS and LINDA HARRIS by warranty deed
as recorded in Tarrant County Clerk's Instrument Number (T.C .C.I.No.) D196002266 of
the Deed Records of Tarrant County, Texas (D .R.T.C .T .), said tract also being Lot 17,
Block 2 , Rolling Hills , being an addition to the City of Fort Worth, Tarrant County, Texas
according to the plat as recorded on Volume 388-C, Page 101 of the Plat Records of
Tarrant County Texas (P .R.T .C.T.), said 20 feet w ide permanent drainage and sanitary
sewer easement being herein more particularly described by metes and bounds as
follows :
BEGINNING at the south property corner of the said Lot 17, same being the west
property corner of Lot 16 , Block 2 of the said Rolling Hills , said beginning point also
being on the north right-of-way line of South Riverside Drive ;
THENCE North 61 ° 40'00" West, along the southwest property line of the said Lot 17,
same being the said north right-of-way line of South Riverside Drive, a distance of 90.00
feet to the west property corner of the said Lot 17, same being the south property corner
of Lot 18, Block 2 of the said Rolling Hills ;
THENCE North 28°20'00" East, along the northwest property line of the said Lot 17,
same being the southeast property line of the said Lot 18, a distance of 20.00 feet to a
point;
THENCE South 61 °40'00" East a d istance of 90.00 feet to a point on the southeast
property line of the said Lot 17 , same being the northwest property line of the said Lot
16;
THENCE South 28°20'00" West, along the said property lines, a distance of 20 .00 feet
to the Point of Beginning containing 0.041 acres (1,800.0 Sq. Ft.) of land more or less .
REVISED 2-24-09
,.,
PARCEL 3 -Pg. 5 of 6
LOT 19, BLOCK 2 /
ROLL/NC HILLS
WL. 388-C. PG. 101 / /
P.R.T.C.T. I / /
;/!
; I I
I/ I
I/ I
I /_I
I I I
I I I
I
1/1
I I I
I I I
I
LOT 18, BLOCK 2
ROLUNG HILLS
l-1JL. 388-C, PC. 101
P.R.T.C.T.
I
I
N28'20'00"E
~ 20.00·
I
I
I
I
I
I
I
I
PLAT OF EXHIBIT "A"
SEE ATTACHED LEGAL DESCRIPTION
ON PAGE 5 OF EXHIBIT #An HEREIN
........... ........__ .........._ LOT 11, BLOCK 2
, ROLL/NC HILLS
-........ VOL 388-C, PC. 101 ~ :::--.........._ P.R. T. C. T. .......... y ...........................
' ........... ..........................
PROPERTY LINE .........._ .........._
0. 331 ACRES {PLA T) I
LOT 17, BLOCK 2 I
ROLLING HILLS I
VOL 388-C, PG. 101
P.R. T. C. T. 1
BOBBY HARRIS ct ,
UNOA HARRIS f /
T. C. C.I. No. D 196002266 ~ .:Sf
D.R. T.C. T. ~ 1
_q<i) I
EXH~r~· f
20' Yf10E PERMANENT DRAINAGE 7
ANO SANITARY SEWER EASEMENT 1 0.041 ACRES (1.800.0 SQ. FT.) 1
I
I
I LOT 16, BLOCK 2
ROLUNG HILLS
WL. 388-C, PC. 101
P.R.T.C.T.
0
J"-o0>q
~4>&
_3o_· ___ __,so· !1.2)4' .,,~ P.o.e.
s2e"2o'oo·w
20.00·
GRAPHIC SCALE IN FEET
1" = 30'
NOTE': TH£' BASIS OF BEARINGS FOR THIS SURVEY IS ESTABLISHED FROM PLAT BE'ARINCS AS
SHO'Mv ON ROLL/NC HILLS. BE'INC AN AODJnON TO TH£' CITY OF FORT ',+ORTH TEXAS. TARRANT
COUNTY AS SHO'tW ON VOLUME 388-C, PACE 101 OF PLAT RE'CORDS OF TARRANT COUNTY.
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
PARCEL NO . 3
SUBDIVISION : ROLLING HILLS
LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS PERMANENT 20' WIDE DRAINAGE AND
WHOLE PROPERTY ACREAGE : 0 .33 1 ACRES PER PLAT SANITARY SEWER EASEMENT
D.O.E . # 5414
S&:A JOB NO .: 1638 DRAWN BY : J.W.C.
DATE : 11-12-08 CHECKED"'BY : E.S.S. EXHIBIT "A" PAGE 6 OF 6
.... ....
SPOONER &: ASSOC., INC . 309 BYERS STREET, #100, EULESS , TX 760.39, PH 817-281 -2.355 FAX 817-685-850
ROW & EASEMENT TEAM
CITYOFFTW
8851 CAMP BOWIE BLVD WEST 3RD FLR
FTW TX 76116
........... ..
11
.~ ~OVN_ . -;;, •••
•"r.~;,,,.!!:> .. ~· 1:9·. -~· ~· . ~, .<d!. . ' ~ li>. ~~ •. . ' .. ())J
\. . , I .. .. . ..... . .. . .... . ········•·
Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME
SUZANNE HENDERSON
TARRANT COUNTY CLERK
TARRANT COUNTY COURTHOUSE
100 WEST WEATHERFORD
FORT WORTH, TX 76196-0401
DO NOT DESTROY
WARNING -THIS IS PART OF THE OFFICIAL RECORD.
Filed For Registration: 03/31/2009 01 :26 PM
Instrument#: D209084360
QPR 8 PGS $40.00
By: ___________ _
I lll illllllllllllHlll llllllliJI lll lllllll lllil lllll 11111111
D209084360
ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE
OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR
RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.
Printed by: WD
. '
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
Parcel# 4
Doe# 5414
4837 South Riverside Drive
Lot-18, Blk-2, Rolling Hills
AEA ,',' s · cf_1 _tJ-_-tf_· __
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
SEWER AND DRAINAGE (PIPE) FACILITY EASEMENT
DATE : 11-12-08
GRANTOR: LUCILLE EVANS
GRANTOR'S MAILING ADDRESS : 4837 SOUTH RIVERSIDE DR.
FORT WORTH, TARRANT COUNTY, TX 76119
GRANTEE : CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS : 1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION : Ten Dollars ($10 .00) and other good and valuable consideration , the
receipt and sufficiency of which is hereby acknowledged .
PROPERTY : Being a portion of Lot 18 Block 2, Rolling Hills , Fort Worth, Tarrant
County, Texas, as recorded in, Volume 388-C, Page 101, Plat Records
Tarrant County TX , and being more particularly described in Exhibit
"A".
Granter, for the Consideration pa id to Granter and other good and valuable consideration,
hereby grants , sells , and conveys to Grantee, its successors and assigns, an exclusive,
perpetual easement for the construction , operation, ma intenance , rep lacement, upgrade , and
repa i r of a Permanent Sewer and Drainage Facility , hereafter referred to as "Facil ity ". The
PARCEL 4 -Pg . 1 of 6
Facility includes all incidental underground and aboveground attachments, equipment and
appurtenances , including, but not limited to manholes, manhole vents, lateral line connections,
pipelines , junction boxes, inlets, flumes, headwalls, wingwalls, slope pavement, gabions, rock
rip-rap and other erosion control measures in, upon, under and across a portion of the Property
and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent
purposes, together with the right and privilege at any and all times to enter Property, or any part
.thereof, for the purpose of constructing, operating, maintaining , replacing, upgrading, and
repairing said Facility .
1n no event shall Grantor (I) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within
the easement property a permanent structure or building, including, but not limited to,
monument sign, pole sign, billboard, brick or masonry fences or walls or other structures that
require a building permit, or any structure not requiring a building permit but which may threaten
the structural integrity or the capacity of the storm drain and its appurtenances. However,
Grantor shall be permitted to maintain any existing concrete driveway or road on the Property .
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and
expense , including the restoration of any sidewalks , driveways, or similar surface improvements
located upon or adjacent to the Easement which may have been removed, relocated, altered,
damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder .
Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems
or other improvements installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the
rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors
and assigns forever; and Granter does hereby bind itself and its successor and assigns to
warrant and forever defend all and singular the easement unto Grantee, its successor and
assigns, against every person whomsoever lawfully claiming or to claim the same, or any part
thereof.
When the context requires, singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
-
PARCEL 4 -Pg. 2 of 6
GRANTOR: GRANTEE: City of Fort Worth
~-.. =--'~./
Fernando Costa
Assistant City Manager
APPROVED AS TO FORM AND LEGALITY
Assistant City Attorney
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a tary Public in and for the State of Texas,
on this day personally appeared ~ , known to me to be the
same person whose name is subscribed to the for going instrument, and acknowledged to me
that the same was the act of , c-«-_;_&& and that he/she executed
the same as the act of said for the purposes
and consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this cJ. J day of
.~~ 200C _-fe-'---,-fq''----' !:::::..L•
or the State of Texas
·, . ..-
PARCEL 4 -Pg . 3 of 6
ACKNOWLEDGEMENT
ST A TE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
·Texas, on this day personally appeared Fernando Costa , Assistant City Manager of the City of
Fort Worth , known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the City of Fort Worth and
that he/she executed the same as the act of the City of Fort Worth for the purposes and
consideration therein expressed and in the capacity therein stated .
~
GIVEN UNDER MY HAND AND SEAL OF OFFICE this 1/ day of
-~-M--~=----· 20&.
Notary Public in and for the State of Texas
PARCEL 4 -Pg . 4 of 6
EXHIBIT "A"
Being a 20 feet wide permanent drainage and sanitary sewer easement out of a 0.294
acre tract of land conveyed to LUCILLE EVANS by warranty deed as recorded in
Tarrant County Clerk's Instrument Number (T.C .C.I.No .) 0205195092 of the Deed
Records of Tarrant County, Texas (D .R.T .C.T .), said tract also being Lot 18 , Block 2,
Rolling Hills, being an addition to the City of Fort Worth, Tarrant County, Texas
according to the plat as recorded on Volume 388 -C , Page 101 of the Plat Records of
Tarrant County Texas (P .R.T .C.T .), said 20 feet wide permanent drainage and sanitary
sewer easement being herein more particularly described by metes and bounds as
follows :
BEGINNING at the south property corner of the said Lot 18, same being the west
property corner of Lot 17, Block 2 of the sa id Rolling Hills , said beginning point also
being on the north right -of-way line of South Riverside Drive ;
THENCE North 61 °40'00" West, along the southwest property line of the sa id Lot 18,
same being the said north right-of-way line of South Riverside Drive , a distance of 80 .00
feet to the west property corner of the said Lot 18, same being the south property corner
of Lot 19 , Block 2 of the said Rolling Hills;
THENCE North 28°20'00" East , along the northwest property line of the said Lot 18 ,
same being the southeast property line of the said Lot 19 , a d istance of 20.00 feet to a
point ;
THENCE South 61 °40'00" East a distance of 80 .00 feet to a point on the southeast
property line of the said Lot 18 , same being the northwest property line of the said Lot
17;
THENCE South 28°20'00" West, along the said property lines , a distance of 20 .00 feet
to the Point of Beginning containing 0.037 acres (1 ,600.0 Sq . Ft.) of land more or less .
PARCEL 4 -Pg . 5 of 6
'-.... "-..:
'-.... ·, '-....
'-.... ' '-.... '-.... .
'-....
PLAT OF EXHIBIT "A"
LOT 20, BLOCK 2 I
ROWNG HILLS I
ltt]L 388-. C. PG. 1011
P.R.T.C.T. '
SE£ ATTACHED LEGAL D£SCRIP770N
ON PAGE .5 OF EXHIBIT "A .. HEREIN ~------------------"> '-.... LOT 10 •. BLOCK 2
I I . ' '-.... ROWNG HILLS /!
I/ / '-.... -:. ~ WL 388. -c. Pd. 101
I I I J:' P.R.T.C.T. /If-a· /J.E. · ,,~':-_:., I~
I
I LOT 19, BLOCK 2
ROWNG HiLLS
VOL 388""'"C, PG. 101
P.R.T..C.T.
// ;"--PIWPERTY UN£ _) ' '-.
1/;I . I I
/ 1 / 0.294 ACRES (PLAT) t
/ ti LOT 18. BLOCK 2 I I
I I I . . . ROLUNG HILLS
/ /_/ VOL. 388-C, PG. 101 1
. . I I . P.R. T.C. ~ . j I
I
I
.. 1, I . LUCILLE . EVANS ~y
!. / .... · T. C. C.I. No. D205195092 ff/
I li/ D.R. T.C. T. ,,·
I I iXHIBlt .A .. ~I
N28'20'00•£
~ 20.00'
/ I I 2 .. 1)' WIPE .. PERMANENT DRAINAGE I I . I AND SANITARY SEWER EASEMENT. ·
/ .. ·. / 0.037 ACRES {1,600.0 so. FT.)/ LOT 1?, BLOCK 2
ROWNG HILLS
VOL JBB~C. PG.. 1()1 I
0 30' 60'
-. .. ····· I
GRAPHIC SCALE IN FEET
~o~
. ' ~~b P.0.8.
,q· .b.
' 1· = 30'
'
I
I
s2e"2o'oo·w
20.00;
.....
NO TE: TH£ BASIS OF BEARINGS FOR THIS SUR~Y IS £STABUSH£0 FROI.I PLAT BEARINGS AS
SHQWN .ON ROLJ.JNG HILLS. 8£/Nq AN .4.0[Jl770N TO THE dt:y ()f"FORT 'M)RTH TEXAS, TA~HANT
COlJNTY AS SHOWN ON VOi.UM£ J88-,.C, PAGE 101 OF PLAT RECORDS OF TARRANT COUNTY.
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
P.ARCEl. NO. 4-
SU80IV1SION: ROLLING HILLS
LOCATION : CITY OF FORT WORTH, TARRANT COUNTY, TEXAS . PERMANENT 2.0' WIDE DRAINAGE ANO
VYHOLE ,PROPERTY ACREAGE: 0.294 ACRES PER PLAT . SANITARY SEWER EASEMENT
.D.O.E. # 5414
S&A JOB NO.: 1638 DRAWN BY: J.W.C.
DAlE! 11.-12-08 CHECKED BY: E.S.S. EXHIBIT "A'' PAGE 6 OF 6
SPOONER & ASSOC., INC. 309 BYERS STREET, 1100; EULESS, TX 76039, PH 8'7-281-2355 FAX 817-685-85
PJ?.T.C.T. .
: .; -: .) --·~ _; : _; ) I c:
CITY OF FORT WORTH
RIGHT OF WAY & EASEMENT TEAM
8851 CAMP BOWIE BLVD, 3RD FL
FT WORTH TX 76116
Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME
SUZANNE HENDERSON
TARRANT COUNTY CLERK
TARRANT COUNTY COURTHOUSE
100 WEST WEATHERFORD
FORT WORTH, TX 76196-0401
DO NOT DESTROY
WARNING -THIS IS PART OF THE OFFICIAL RECORD.
Flied For Registration 03/09/2009 02 :12 PM
7 PGS $36.00
I lllll llf II lllll lll!l ll.lll llll lllll lllll llll llll
0209063225
ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE
OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR
RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.
Printed by : DS
M & C: DATE ___ _
AGENT~ DOE# S<il<f
02J OL/
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
Parcel# 5
Doe# 5414
4833 South Riverside Drive
Lot-19, Blk-2, ROLLING HILLS
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
SEWER AND DRAINAGE (PIPE) FACILITY EASEMENT
DATE: 11-12-08
GRANTOR : BETTY BARLOW
GRANTOR'S MAILING ADDRESS : 4833 SOUTH RIVERSIDE DR.
FORT WORTH, TARRANT COUNTY, TX 76119
GRANTEE : CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION : Ten Dollars ($10 .00) and other good and valuable consideration, the
receipt and sufficiency of which is hereby acknowledged .
PROPERTY : Being a portion of Lot 19 Block 2, Rolling Hills, Fort Worth, Tarrant
County, Texas, as recorded in, Volume 388-C, Page 101, Plat Records
Tarrant County TX, and being more particularly described in Exhibit
"A".
Granter, for the Consideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive ,
perpetual easement for the construction, operation, maintenance , replacement, upgrade, and
repair of a Permanent Sewer and Drainage Facility , hereafter referred to as "Facility". The
PARCEL 5 -Pg. 1 of 6
-
Facility includes all incidental underground and aboveground attachments, equipment and
appurtenances, including, but not limited to manholes , manhole vents, lateral line connections,
pipelines, junction boxes, inlets, flumes , headwalls, wingwalls, slope pavement, gabions , rock
rip-rap and other erosion control measures in, upon , under and across a portion of the Property
and more fully described in Exhibit "A" attached hereto and incorporated herein for all pertinent
purposes , together with the right and privilege at any and all times to enter Property, or any part
thereof, for the purpose of constructing , operating , maintain ing , replacing , upgrading, and
repairing said Facility .
In no event shall Granter (I) use the Property in any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or perm it to be erected within
the easement property a permanent structure or building , inc lud i ng, but not limited to,
monument sign, pole sign , billboard, brick or masonry fences or walls or other structures that
require a building permit, or any structure not requiring a bu i lding permit but which may threaten
the structural integrity or the capacity of the storm drain and its appurtenances . However,
Granter shall be permitted to maintain any existing concrete driveway or road on the Property .
Grantee shall be obligated to restore the surface of the Property at Grantee's sole cost and
expense , including the restoration of any sidewalks, driveways , or similar surface improvements
located upon or adjacent to the Easement which may have been removed , relocated , altered ,
damaged, or destroyed as a result of the Grantee's use of the easement granted hereunder.
Provided, however, that Grantee shall not be obligated to restore or replace irrigation systems
or other improvements installed in violat ion of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the
rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors
and assigns forever; and Granter does hereby bind itself and its successor and assigns to
warrant and forever defend all and singular the easement unto Grantee , its successor and
assigns, against every person whomsoever lawfully claiming or to claim the same, or any part
thereof.
When the context requires, singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
PARCEL 5 -Pg. 2 of 6
-
GRANTOR: GRANTEE: City of Fort Worth
Fernando Costa
Assistant City Manager
..
APPROVED AS TO FORM AND LEGALITY
Assistant City Attorney
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersign d authorit , a Notary Public in and for the State of Texas,
on this day personally appeared , known to me to be the
same person whose name is s~ub cribed O the foregoing instrument, and acknowledged to me
that the same was the act of_~ /3qA/tH-v and that he/she executed
the same as the act of said / 71 &,µlo--t,L.) for the purposes
and consideration therein expressed and in the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this d 1 day of
__.__~---· 2odj
LESTER E. ENGLAND
Notary N ·';r_
STA TE OF Y!:). ~S
PARCEL 5 -Pg . 3 of 6
ACKNOWLEDGEMENT
ST A TE OF TEXAS §
COUNTY OF TARRANT §
. BEFORE ME, the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Fernando Costa , Ass istant City Manager of the City of
Fort Worth, known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the City of Fort Worth and
that he/she executed the same as the act of the City of Fort Worth for the purposes and
consideration therein expressed and in the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this J/ tit day of
I 200~(.
Notary Public in and for the State of Texas
-
PARCEL 5 -Pg . 4 of 6
EXHIBIT "A"
Be ing a 20 feet wide permanent drainage and sanitary sewer easement out of a 0.294
acre tract of land conveyed to BETTY BARLOW by warranty deed as recorded in
Tarrant County Clerk 's Instrument Number (T .C .C.I.No .) D20505360 of the Deed
Records of Tarrant County, Texas (D.R .T.C.T .), said tract also being Lot 19 , Block 2,
Rolling Hills, being an addition to the City of Fort Worth, Tarrant County, Texas
according to the plat as recorded on Volume 388 -C, Page 101 of the Plat Records of
Tarrant County Texas (P .R.T .C.T.), said 20 feet wide permanent drainage and sanitary
sewer easement being herein more particularly described by metes and bounds as
follows :
BEGINNING at the south property corner of the said Lot 19, same being the west
property corner of Lot 18, Block 2 of the said Rolling Hills , said beginn ing point also
being on the north right-of-way line of South Riverside Drive;
THENCE North 61 °40'00" West, along the southwest property line of the said Lot 19 ,
same being the said north right-of-way line of South Riverside Drive, a distance of 80.00
feet to the west property corner of the said Lot 19, same being the south property corner
of Lot 20 , Block 2 of the said Rolling Hills;
THENCE North 28°20'00" East, along the northwest property line of the said Lot 19,
same being the southeast property line of the said Lot 20 , a distance of 20 .00 feet to a
point;
THENCE South 61 °40'00" East a distance of 80 .00 feet to a point on the southeast
property line of the said Lot 19, same being the northwest property line of the said Lot
18;
THENCE South 28°20'00" West, along the said property lines , a distance of 20 .00 feet
to the Point of Beginning containing 0.037 acres (1,600.0 Sq. Ft.) of land more or less .
-
PARCEL 5 -Pg . 5 of 6
LOT 21, BLOCK 2
ROLLING HILLS
VOL. 388-C, PG. 101 I
P.R. T. C. T. I
I
PLAT OF EXHIBIT "A"
SEE ATTACHED LEGA L DESCRIPTION
ON P ACE 5 OF EXHIBI T ''.4 H HEREIN
, , LOT 9, BLOCK 2
' ROLLING HILLS
I '......YOL 388-C, PG. 101
I , , P.R. T.C. T.
,'~ I
LOT 20, BLOCK 2
ROLLING HILLS
VOL. 388-C, PG. 101
P.R.T.C. T. I I/ M=ff:Z} >:
,.f 0.294 ACRES (PLAT) I ,//
0
I
I
N28°20'00"E
~20.00'
"'i>o' ·.~ ..... . v,i,~
30' 60'
GRAPHIC SCALE IN FEET , .. = 30'
it LOT 19, BLOCK 2 / /
4~ ROLLING HILLS / / i/
i§. VOL 388-C, PG. 101 /'I..../ 8 , U.E. I ~RT.C.T. -,~
1 BETTY BARLOW I/ I
/
1 T.C.C.I. No. D20505360 // I
/__ D.R. T. C. T. I I
1 EXHIBIT "'A"' / 1
1
/
I 20' WfDE PERMANENT DRAINAGE / / /
AND SANITARY SEWER EASEMENT;//
0.037 ACRES {1,600.0 SQ. FT.)/ 1 /
I/ LOT 18, BLOCK 2
I, ROLLING HILLS
I / VOL 388-C, PG. 101 I P.R. T.C. T.
I I
I I I
I I
I
I
S28'20'00"'W
20.00'
'
'
NOTE: TH£ BASIS OF BEARINGS FOR THIS SURVEY IS ESTABLISHED FROM PLAT BEARINGS AS
SHO'lt'N ON ROLUNG HILLS. BEING AN ADD/TlON TO THE CITY OF FORT WORTH TEXAS. TARRANT
COUNTY AS SHOWN ON VOLUME 388-C. PAGE 101 OF PLAT RECORDS OF TARRANT COUNTY.
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
PARCEL NO. 5
SUBDIVISION: ROLLING HILLS D.O.E. 5 4 14
LOCATION : CITY OF FORT WORTH , TARRAN T COUNTY, TE XAS PERMAN ENT 20 ' WIDE DRA IN AGE AND
WHOLE PROPERTY ACREAGE : 0.294 ACRES PER PLAT SANI TARY SEWER EASEMEN T
S&:A JOB NO.: 1638 DRAWN BY: J.W.C. EXH IBIT ,,A,, PAGE 6 OF 6 DAT[: 11-12-08 CHECKED BY: E.S .S.
SPOO NER & ASSOC ., INC . 309 BYERS STREET, #100, EU LESS , TX 76039 , PH 817-281-2355 FAX 817-685-8508
~ .
. . -: . -: ·.·
CITY OF f(oRT WORTH
RIGHT OF WAY & EASEMENT TEAM
8851 CAMP BOWIE BLVD, 3RD FL
FT WORTH TX 76116
. ....... .
ll
·~ cou., .... ~-•• l~~m;,. _:·,~_ .. _ ~\
: C::.1 . . -. ')C: • ,t . . . . • : ... . '-~ ~: •. . . ·, ""J . . .
•• .. . . . . . . .. ..• ••• • * •••• .........
Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME
SUZANNE HENDERSON
TARRANT COUNTY CLERK
TARRANT COUNTY COURTHOUSE
100 WEST WEATHERFORD
FORT WORTH, TX 76196-0401
DO NOT DESTROY
WARNING -THIS IS PART OF THE OFFICIAL RECORD.
03/09/2009 02:12 PM
D209063226
E 7 PGS $36.00
lllllll llll lllll lllll lllll lllll lllll lllll lllllJllll llll llll
0209063226
ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE
OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR
RACE 15 INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.
Printed by: DS
M&C: DATE
AGENT ~ol DO-E #-. ~-L/-/-'i
OJ) O<j,
City of Fort Worth Storm Water Utility Project
Parcel# 6
Doe# 5414
1200 East Broadus Street
Blk-3, Sycamore Creek Addition _"!
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS ,
CITY OF FORT WORTH
PERMANENT DRAINAGE FACILITY EASEMENT (Pipe)
DATE:
GRANTOR: FORT WORTH INDEPENDENT SCHOOL DISTRICT
GRANTOR'S MAILING ADDRESS (including County):
100 NORTH UNIVERSITY DRIVE
FORT WORTH, TARRANT COUNTY, TX 76107
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS (including County):
1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
c.··-
C -
l·· <':!·c-:
'2~\.
-;t'..; ,i
-·-' , ---·--·· ,·:. .-, .. ·
;-:·
·, ,•. -. I
--:.~. -
· _ _;"") --.-·-
·---~
-·· .•.
CONSIDERATION : Ten Dollars ($10.00) and other good and valuable consideration, the
receipt and sufficiency of which is hereby acknowledged .
PROPERTY: Being a portion of Block 3, Sycamore Creek Addition, Fort Worth, Tarrant
County, Texas, as recorded in, Volume 388-3, Page 3, Plat records Tarrant County TX,
and being more particularly described in Exhibit "A".
Granter, for the consideration paid to Granter and other good and valuable consideration,
hereby grants, sells , and conveys to Grantee, its successors and assigns, an exclusive,
perpetual easement for the construction, operation, maintenance, replacement, upgrade, and
repair of a Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes
all incidental underground and aboveground attachments, equipment and appurtenances,
including, but not limited to manholes, pipelines, junction boxes, inlets , flumes , headwalls, -
PERMANENT DRAINAGE FACILITY EASEMENT (P ipe)
Rev . 7/2006
wingwalls, slope pavement, gabions, rock rip-rap and other erosion control measures in, upon,
under and across a portion of the Property and more fully described in Exhibit "A" attached
hereto and incorporated herein for all pertinent purposes, together with the right and privilege at
any and all times to enter Property, or any part thereof, for the purpose of constructing,
operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall
Granter (I) use the Property in any manner which interferes in any material way or is
inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument
sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a
building permit, or any structure not requiring a building permit but which may threaten the
structural integrity or capacity of the storm drain and its appurtenances . However, Granter shall
be permitted to install and maintain driveways and parking lots across the easement Grantee
shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface improvements located
upon or adjacent to the Easement which may have been removed , relocated , altered, damaged,
or destroyed as a result of the Grantee's use of the easement granted hereunder provided,
however, that Grantee shall not be obligated to restore or replace irrigation systems or other
improvements installed in violation of the provisions and intended use of this Easement.
There is reserved from this conveyance and retained by Grantor all
of the oil, gas, sulphur and other gaseous minerals in, on or under
the Property but Grantor waives all rights of ingress and egress to
or from the surface of the Property for the purposes of exploring,
developing, mining or drilling therefore, it being specifically agreed
that no operations relating to such reservation will be conducted on
the surface of the Property without Grantee's prior written
permission.
This grant is made on the condition that the following restrictions
shall in all things be observed , followed, and complied with:
(a) The Property, or any part thereof, shall not be used in
the operation of, or in conjunction with , any school or
other institution of learning, study or instruction which
discriminates against any person because of his race ,
color, or national origin, regardless of whether such
discrimination be effected by design or otherwise.
(b) The Property, or any part thereof, shall not be used in
the operation of, or in conjunction with, any school
nor other institution of learning, study or instruction
which creates, maintains, reinforces, renews, or
encourages , or which tends to create, maintain ,
reinforce, renew or encourage a dual school system .
-
PERMANENT DRAINAGE FACILITY EASEMENT (P ipe)
Rev . 7/2006
These restrictions and conditions shall be binding upon Grantee , its
successors and assigns, for a period of fifty (50) years from the
date hereof.
The foregoing restrictions and other covenants hereafter set out
are covenants running with the land , and each and every parcel
thereof, and shall be fully binding upon any person , firm ,
partnership, corporation, trust, church , club, governmental body , or
other organization or entity whatever (whether private or
governmental in nature), without limitation , hereafter acquiring any
estate, title , interest or property in said land, whether by descent,
devise, purchase or otherwise; and no act or omission upon the
part of granter herein , its successors and assigns , shall be a waiver
of the operation or enforcement of such restrictions ; but neither
restriction shall be construed to be a condition subsequent or
special limitation on the estate thereby conveyed .
It is further covenanted, that third party beneficiaries of the
restrictions set forth above shall be as follows :
(1) As to the restrictions set out in (a) above, any person
prejudiced by its violation;
(2) As to the restrict ion set out in (b) above , any public
school District or any person prejudiced by its
violation ; and
(3) As to either or both of the restrictions set out in (a)
and (b) above , the United States of America, as
plaintiff, and the American G. I. Forum , the League of
United Latin American Cit izens (LULAC), and the
National Association for the Advancement of_ Colored
People (NAACP), as interveners, in U.S. v. Texas,
Civil Action No. 5281, Tyler Division , U.S . District
Court, Eastern District of Texas ; reported in U.S. v.
Texas , 321 F . Supp . 1043 (E.D . Tex. 1970); U.S. v.
Texas, 330 F .Supp. 235 (E.D . Tex. 1971); aff'd with
modifications sub nom , U.S. v. State of Texas and
J.W. Edgar, et al., 447 F.2d 441 (5th Cir. 1971); stay
den. sub nom , Edgar v. U.S., 404 U.S. 1206 (1971);
cert den . 404 U .S. 1016 (1972).
It is further covenanted, that in case of a violation of either or both
of the above restrictions , any of the third party beneficiaries above
alluded to is authorized and empowered to prosecute proceedings
at law or in equity against any person, firm , partnersh ip,
corporation , trust , church , club , governmental body or other
-
PERMANENT DRAINAGE FACILITY EASEMENT (Pipe)
Rev. 7/2006
organization or entity whatever (whether private or governmental in
nature), without limitation :
(A) To enforce either or both of such restrictions relating
to the use of the above-described property;
(8) To abate or prevent violations of either or both of
such restrictions; and
(C) To recover damages for a breach of either or both of
such restrictions .
It is further covenanted, that if any third party beneficiary referred to
above shall prosecute proceedings at law or in equity for the
aforesaid purposes, such third party beneficiary may recover
reasonable attorney's fees from the violator or violators of either or
both of such restrictions , if the Court finds that the proceedings
were necessary to bring about compliance therewith.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the
rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors
and assigns forever; and Grantor does hereby bind itself and its successor and assigns to
warrant and forever defend all and singular the easement unto Grantee , its successor and
assigns, against every person whomsoever lawfully claiming or to claim the same, or any part
thereof by through and under Granter, but not otherwise.
When the context requires, singular nouns and pronouns include the plural.
GRANTOR :
Fort Worth Independent Sch ol District
-
PERMANENT DRAINAGE FACILITY EASEMENT (Pipe)
Rev . 7/20CJ6
GRANTEE: City of Fort Worth
c::::: m,8.,,~L/
Fernando Costa
Assistant City Manager
•
APPROVED AS TO FORM AND LEGALITY
~JUAr~
Assistant City Attorney
-
ACKNOWLEDGEMENT
• •
STA TE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME , the undersigned authority , a Notary Public in and for the State of Texas,
on this day personally appeared Melody Johnson, known to me to be the same person whose
name is subscribed to the foregoing instrument, and acknowledged to me that the same was the
act of Fort Worth Independent School District and that he/she executed the same as the act of
said Fort Worth Independent School District for the purposes and consideration therein
expressed and in the capacity there in stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this
•
---~--·-----· 20.!!i_.
e GAYLE L WILLIAMS
~ PldC, S!a!ed-,.., Oonnleelon El!pilM
AUGUST 7, 2012
ACKNOWLEDGEMENT
STA TE OF TEXAS §
COUNTY OF TA~ANT §
c) I day of
BEFORE ME , the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Fernando Costa , Assistant City Manager of the City of
Fort Worth, known to me to be the same person whose name is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the City of Fort Worth and
that he/she executed the same as the act of the City of Fort Worth for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this /~ -z::1/ day of
..
;!•,~,
l({~:fJ
HETTIE LA NE
MY COMMISSION EXPIRES
July 26 . 2011
PERMANENT DRAINAGE FACIL ITY EASEMENT (Pipe)
Rev. 7/2006
Notary Public in and for the State of Texas
-
EXHIBIT "A"
Being a 25 feet wide permanent drainage easement out of a 6.008 acre tract of land
owned by FORT WORTH I.S.D., said tract also being Block 3, Sycamore Creek
Additon, being an addition to the City of Fort Worth, Tarrant County, Texas according to
the plat as recorded on Volume 388-3, Page 3 of the Plat Records of Tarrant County
Texas (P .R.T.C.T.), said permanent drainage easement being herein more particularly
described by metes and bounds as follows :
BEGINNING at a point on the southeast property line of the said Block 3, same being
the northwest right-of-way line of Berke Road, said beginning point being located South
47°57'41" West a distance of 215 .23 from an "X" found in concrete being the east
property corner of the said Block 3, said beginning point also at being at the beginning
of a curve to the right with a rad ius of 1,810.38 feet;
THENCE in a southwesterly direction along the said southeast property line, said
northwest right-of-way line, and along the said curve, an arc length of 25.00 feet and
across a chord which bears South 51 °45 '53" West a distance of 25 .00 feet to a point;
THENCE North 38°14'06" West a distance of 25.00 feet to a point;
THENCE North 51 °45'53" East a distance of 25.00 feet to a point;
THENCE South 38°14'06" East a distance of 25.00 feet to the Point of Beginning
containing 0.014 acres (625.7 Sq. Ft.) of land more or less .
PARCEL 6 -Pg . 5 of 6
0 40' 80'
GRAPHIC SCALE IN FEET
1· = 40•
6: 008 ACRES (PLAT)
BLOCK 3:
PLAT OF EXH .IBIT ,, A"
5££ ATTACHED L£CAl DESCR!PllON
ON PAC£ 5 OF £XHIBIT .A. HERON
SYCAMORE CREEK ADD1770N \
VOL. 388-3, PG. J
AR. T.CT. I
FORT WORTH I.S.D. I
EXHIBIT "A• \~
25' 'MD£ PERMANENT DRAINAGE EASEMENT , ~
0.014 ACRES (625. 7 SQ. FT.) __ \·~
+ ...
N38i4'06"W S3B"1 4 ,06 -E ""'oe,, ',
-... _________ 2~~00' 2~~0'_ -----~oi
DR= =or:1o1; ---P.0.8. Ro.7i7iiii---- --l ~-= 06:~'56"
L = 2s:oo· R = 1s10.38'
CH = S51"4S'S3•w B _ _ L = 215.36' ___ _
CL ~ 2s. oo FT ~RKE ROA]) CH = S47"S1'·f.1 ·w
~ , Cl = 215.23 FT • ~ 60 R.O. W. ~
11. ,; ~ • ~
------\ I " I ', \'i r-~ ------l">O.W. IIAl.r:" ,\'l' ,\'I, \
OAKRIDGE TERRACE =-, -,-~ LOT 5, BLOCK 2 1--~ ---!.!:_,_ .!. !:f1Yl;. -------------------I
VOL 388-24. PG. ss LOT 4, BLOCK 2 LOT _3, BLOCK 2 I 4or 2, BLOCK 2 I LOT 1. BLOCK 2 s:>
P.R. T. C. T. 1
1
_ OAKRID.CE TERRACE __ OAKf!!DGE TERRACE I OAKRIDGE TERRACE I OAKRIDGE TERRACE 1 ~
1 VOL ""!ii.1-'';JG· 55 VOL 38/ii.it re· 55 i = ""!ii.it re· 55 , VOL. .JO,tii.1.tr· 55 , ~
NOTE: THE BASIS OF BEAl?iNGS FOR THIS SURVEY IS THE TEXAS STATE PLAIN NAD83 NORTH CENTRAL ZONE.
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
PARCEL NO . 6
SUBDlviStON : SYCAMORE: CREEK ADDITION D.O .E. # 5414
LOCATION : CITY Of fORT W~TH, TAR.RAN.T .COUNTY, TEXAS
Yll-iOLE PROPERTY ACREAGE: 6.008 ACRES PER PLAT -25' WIDE PERMANENT DRAINAGE EASEMENT
S&A JOB NO .: 1638 DATE : l2-1T-,.08 DRAWN '8'1'.: J.W.C. C_HECKED .B'I': E.S'.S. EXHIB.IT "A" PAGE 6 OP" 6
SPOONER & ASSOC., INC . 3.09 BYERS STREET. j100, EULESS, TX 76039, PH 817-281-'-2355 FAX BP--685-8508
TOPIC:
BACKGROUND:
CONSENT AGENDA ITEM
BOARD MEETING
APRIL 14, 2009
REQUEST FROM CITY OF FORT WORTH TO CONVEY A
PERMANENT DRAINAGE FACILITY EASEMENT ON DISTRICT
PROPERTY LOCATED AT 1200 E. BROADUS STREET
The City of Fort Worth is requesting the Fort Worth Independent School District convey a
permanent drainage facility easement on District property located at 1200 E. Broadus Street,
Carter Park Elementary School. This easement is necessary to install a storm water drainage
inlet on District property in order to satisfy current and future drainage requirements in this area.
ALTERNATIVES:
1. Approve the request to provide a permanent drainage facility easement on District
property located at 1200 E. Broadus Street.
2 . Decline to approve the request to provide a permanent drainage facility easement on
District property located at 1200 E. Broadus Street.
3. Remand to staff for further study.
SUPERINTENDENT'S RECOMMENDTION:
Approve the request to provide a permanent drainage facility easement on District property
located at 1200 E. Broadus Street.
FUNDING SOURCE:
Not applicable.
COST:
None.
RATIONALE:
Granting the request to provide a permanent drainage facility easement on District property will
improve the level of storm water drainage service currently received . The City of Fort Worth
will require the contractor to return the property surface to as near its original condition as
possible.
INFORMATION SOURCES:
Cecelia Speer
Bertha Bailey Whatley
Gene Oehl
CITY OF FORT WORTH TRANSPORTATION
8851 CAMP BOWIE BLVD WEST 3RD FL
FT WORTH TX 76116
..........
• ~ cou.Yl~·.
···m+·· 1-·. f:::"r ,. ~·.·' ..• i\ :~~i;-~ -. vi • ~ ;._ . . r • ..... .. >. !~\~ _) l'J)•
• ?. • ~ : •·. . .. . . ' ·' . . . . ... .. •• • •••• ...........
Submitter: CITY OF FORT WORTH/RIGHT OF WAY AND EASEME
SUZANNE HENDERSON
TARRANT COUNTY CLERK
TARRANT COUNTY COURTHOUSE
100 WEST WEATHERFORD
FORT WORTH, TX 76196 -0401
DO NOT DESTROY
WARNING -THIS IS PART OF THE OFFICIAL RECORD.
Filed For Registration: 05/14/2009 11 :26 AM
Instrument#: 0209129084
E 8 PGS $40 .00
By: ___________ _
I lllllll lllllllll lllll lllll lllll lllll lllll lllll lllll llll IHI
D209129084
ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE
OF THE DESCRIBED REAL PROPERTY BECAUSE OF COLOR OR
RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.
Printed by: CA
.. . ..
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
Parcel# 7
Doe# 5414
4837 South Riverside Drive
LoM8, Blk-2, Rolllng HIiis
STATE OF TEXAS §
§
COUNTY OFT ARRANT §
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
DRAINAGE (PIPE} FACILITY EASEMENT
DATE: 12-23-09
GRANTOR: LUCILLE EV ANS
GRANTOR'S MAILING ADDRESS: 4837 SOUTH RIVERSIDE DR.
FORT WORTH, TARRANT COUNTY, TX 76119
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the
receipt and sufficiency of which is hereby acknowledged.
PROPERTY: Being a portion of Lot 18 Block 2, Rolling Hills, Fort Worth, Tarrant
County, Texas, as recorded In, Volume 388-C, Page 101, Plat Records
Tarrant County TX, and being more partlcularty described In Exhibit
"A".
PEAMANENT DRAINAGE FACILllY EASEMENT (Pfp9)
Rev. oe/2008
PARCEL 7 -Pg. 1 of 6
,J • I .,.
-
'·
Grantor, for the consideration paid to Granter and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exdusive,
perpetual easement for the construction, operation, maintenance, replacement, upgrade, and
repair of a Permanent Drainage Facility, hereafter referred to as uFacility". The Facility indudes
all incidental underground and aboveground attachments, equipment and appurtenances,
including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls,
wingwalls, slope pavement, gablons, rock rip-rap and other erosion control measures in, upon,
under and across a portion of the Property and more fully described In Exhibit MA• attached
hereto and incorporated herein for all pertinent purposes, together with the right and privilege at
any and all times to enter Property, or any part thereof, for the purpose of constructing,
operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall
Grantor (I) use the Property In any manner which interferes in any material way or is
Inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument
sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a
building permit, or any structure not requiring a building permit but which may threaten the
structural Integrity or capacity of the storm drain and Its appurtenances. However, Granter shall
be permitted to install and maintain driveways and parking lots across the easement. Grantee
shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface Improvements located
upon or adjacent to the Easement which may have been removed, relocated, altered, damaged,
or destroyed as a result of the Grantee's use of the easement granted hereunder provided,
however, that Grantee shall not be obligated to restore or replace Irrigation systems or other
Improvements Installed In violation of the provisions and intended use of this Easement
TO HAVE AND TO HOLD the above-described easement, together with all and singular the
rights and appurtenances thereto In anyway belonging unto Grantee, and Grantee's successors
and assigns forever; and Granter does hereby bind itself and its successor and assigns to
warrant and forever defend all and singular the easement unto Grantee, Its successor and
assigns, against every person whomsoever lawfully claiming or to claim the same, or any part
thereof.
When the context requires, singular nouns and pronouns Include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
PERMANENT DRAINAGE FACILITY EASEf.£NT (Pipe)
Rev . 0&'2008
PARCEL 7 -Pg. 2 of 6 -
GRANTOR :
Lucille Evans
GRANTEE: City of Fort Worth
Fernando Costa
Assistant City Manager
AP ROV~D AS~RM AND LEGALITY
~0-g yY(D
Assistant City Attorney
ACKNOWLEDGEMENT
STATE OF TEXAS §
§
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared Lucille
Evans, known to me to be the person whose name is subscribed to the foregoing
instrument, and acknowledged to me that he/she executed the same for the purposes and
consideration therein expressed.
Given under my hand and seal of office this thed1,1 day of~ ,
20~1.
The State of TEXAS
~ermanent Water, Sewer and Drainage Facility (Pipe) Easement
ACKNOWLEDGEMENT
ST ATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public in and for the State of
Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of
Fort Worth, known to me to be the same person whose name Is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the City of Fort Worth and
that he/she executed the same as the ad of the City of Fort Worth for the purposes and
consideration therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this cf #d day of
PERMANENT DRAINAGE FACILITY EASEMENT (Pipe)
Rell. OU2008
EVONIA DANIB.S
MY COM MISS IO N EXP IRES
July 10, 2013
PARCEL 7 -Pg. 4 of 6
EXHIBIT "A"
Being a 3 feet wide pem,anent drainage easement out of a 0.294 acre tract of land
conveyed to LUCILLE EVANS by warranty deed as recorded in Tarrant County Clerk's
Instrument Number (T.c.c:I.No.) 0205195092, Deed Records, Tarrant County, Texas
(D.R.T.C.T.), said tract also being Lot 18, Block 2, Rolling HIiis, being an addition to the
City of Fort Worth, Tarrant County, Texas according to the plat thereof recorded in
Volume 388-C, Page 101, Plat Records, Tarrant County, Texas (P.R.T.C.T.), said 3 feet
wide permanent drainage easement being herein more particularly described by metes
and bounds as follows:
COMMENCING at the southwest property comer of the said Lot 18, same being the
southeast property comer of Lot 19, Block 2 of the said Rolling Hills, said commencing
point also being on th~ north right-of-way line of South Riverside Drive:
THENCE North 28°20'00" East. along the west property line of the said Lot 18 and
along the east property line of the said Lot 19, a distance of 20.00 feet to a point on the
north edge of an existing 20 feet wide drainage and sewer easement as recorded in
T.C.C.I.No. 0209063225, D.R.T.C.T.;
THENCE South 61°40'00" East, along the said north easement edge, a distance of 4.00
feet to the POINT OF BEGINNING, said beginning point being on the east edge of an
existing 8 feet wide utility easement, as shown on the said Rolling Hills:
THENCE North 28°20'00" East, along the said east easement edge, a distance of
136.00 feet to the intersection of the said east easement edge and the south edge of an
existing 8 feet wide utility easement, as shown on the said Rolling Hills:
THENCE South 61 °40'00" East, along the said south easement edge, a distance of 3.00
feet to a point;
THENCE South 28°20'00" West a distance of 136.00 feet to a point on the said north
edge of the 20 feet wide drainage and sanitary sewer easement;
THENCE North 61 ° 40'00" West, along the said north easement edge of the 20 feet wide
drainage and sanitary sewer easement, a distance of 3.00 feet to the Point of
Beginning containing 0.009 acres (408.0 Sq. Ft.) of land more or less.
/-Z.--t!>1
PERMANENT DRAINAGE FACILITY EASEMENT (Pipe)
R1111. 08/2008
., .-PARCEL 7 -Pg. 5 of 6
.• .
LOT 20, BLOCK 2
ROWNG HILLS
PLAT OF EXHIBIT "A"
~ JB8-C, PG. 101 I
Sec ATTACHED lcCAL DcSCRIPllON
ON PAC£ 5 OF cXHIBIT •A• HcR£/N "...._-~-------------
0
I
I
P.R.T.C.T. I
) ~J LOT 10, BLOCK 2
I
I
/.! lot~
;f
...._ ROWNG HILLS
I
'.l} , -........._ ~L J88-C, PG. 101
Ej -........._ ~-........._ ......._ P.R.T.C.T.
EX. 8' U.£ .....___ ~ , ~ 1
" ..... "'-.!
PROPERTY UN£ ~/tr~ ~ "
LOT 19, BLOCK 2 / .~ EX. 8' U.£
ROLLING HILLS f&
VOL. 388-C, PG. 101 j '$ 0.294 ACRES {PLAT) I
P.R. T.C. T. I LOT 18, BLOCK 2 ~ I
P.O.C.
30'
I / ROLLING HILLS
11
~
N28"20'oo·E VOL. 388-C, PG. 101 ~'-;
136.oo· I Lurfi'lti~ANS 1t·
/ T.C.C.l No. D205195092 /
I D.R. T. C. T. I
/ ~ ~ F:XH/8/T "A• J' HID£ I
Ejf?' PERMANENT DRAINAGE EASEMENT i ' 0.009 ACRES (408.0 SQ. FT.)
I LOT 17, BLOCK 2
ROLLING HILLS
I VOL. 388-C, PG. 101
I P.R.T.C.T.
DIRECTION DIST.
N28~0 '()()"£ 20.00'
-,.,oo'
GRAPHIC SCALE IN FEET
1· ... 30' N61WJ'OO"W
3.00'
3.00'
NOTE: THE BASIS OF BEARINGS FOR THIS SURl£Y IS ESTABLISHED FROM PLAT BEARINGS AS
SHO.W ON HOLUNG HILLS. BEING AN ADOITlON TO THE OTY OF FORT WORTH TE"XAS. TARRANT
COUNTY AS SHOM-1 ON VOt.UltlE .J88-C. PAGE 101 OF PLAT RECORDS OF TARRANT COUNTY.
CI1Y OF FORT WORTH STORM WATER UTILITY PROJECT
PARCEL NO. 7 D.O.E. 5414 SUBDIVISION : ROLLING HILLS
LOCATION: CITY OF FORT WORTH, TARRANT COUNTY, TEXAS 3• WIDE PERl,fANENT CRAJNAGE EASEMENT
v.t10LE PROPERTY ACREAGE: 0.294 ACRES PER PLAT
S&A J08 NO.: 1638 ORAYIN BY: E.S.S.
DATE : 12-23-09 CHECKED BY: E.S .S. EXHIBIT "A " PAGE 6 OF 6
SPOONER le ASSOC ., INC . J09 BY£RS STREET, f100, EULESS, TX 76039, PH 817-281-2355 F4X 817-685-8
SU'ZANNE HENDERSON ...........
COUNTY CLERK IC: ~~;. 'Al \$ .. '. "') :j 100 West Weatherford Fort Worth , TX 76196-0401
l!-E~ cc>v~~)·~
.. l .. . ... .. -------------------·· .. : .. ~ ...... .
CITY OF FT WORTH
RIGHT OF WAY AND EASEMENT TEAM
900 MONROE ST #404
FT WORTH, TX 76102
Submitter: CITY OF FORT WORTH/RIGHT
OF WAY AND EASEMENT
TEAM
PHONE (817) 884-1195
--; J -. • •• : ... ~ I
DO NOT DESTROY
WARNING -THIS JS PART OF THE OFFICIAL RECORD.
Filed For Registration : 2/8/2010 2:00 PM
Instrument#: D210028403
OPR 7 PGS $36 .00
D210028403
M & C: ___ -:-DATE ___ _
AGENT !fl/4a,,v(l.ooE#
J
ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY
BECAUSE OF COLOR OR RACE rs INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.
Prepared by : DNCLARK
-
·.
CITY OF FORT WOR"rH STORM WATER UTILITY PROJECT
Parcel # 8 ~ri ._..1 .................. -.L
Doe # 5414
4833 South Riverside Drive
Lot-19, Blk-2, ROLLING HILLS
ST ATE OF TEXAS
COUNTY OFT ARRANT
§
§
§
KNOW ALL MEN BY THESE PRESENTS
CITY OF FORT WORTH
ORAJNAGE (PIPE) FACILITY EASEMENT
DATE: 12-23-09
GRANTOR: BETTY BARLOW
GRANTOR'S MAILING ADDRESS: 4833 SOUTH RIVERSIDE DR.
FORT WORTH, TARRANT COUNTY, TX 76119
GRANTEE: CITY OF FORT WORTH
GRANTEE'S MAILING ADDRESS: 1000 THROCKMORTON ST.
FORT WORTH, TARRANT COUNTY, TX 76102
A0 9: 1 4 IN
CONSIDERATION: Ten Dollars ($10.00) and other good and valuable consideration, the
receipt and sufficiency of which is hereby acknowledged.
PROPERTY: Being a portion of Lot 19 Block 2, Rolling Hills, Fort Worth, Tarrant
County, Texas, as recorded In, Volume 388-C, Page 101, Plat Records
Tarrant County TX, and being more particularly described In Exhibit
"A".
PERMANENT DRAINAGE FACILllY EASEMENT (Pipe)
RIIV . Qe/2008
, -PARCEL 8 -Pg. 1 of 6
Grantor, for the consideration paid to Grantor and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, its successors and assigns, an exclusive,
perpetual easement for the construction, operation, maintenance, replacement, upgrade, and
repair of a Permanent Drainage Facility, hereafter referred to as MFacility". The Facility includes
all Incidental underground and aboveground attachments, equipment and appurtenances,
including, but not limited to manholes, pipelines, junction boxes, inlets, flumes, headwalls,
wingwalls, slope pavement, gablons, rock rip-rap and other erosion control measures In, upon,
under and aaoss a portion of the Property and more fully described in Exhibit "A'" attached
hereto and incorporated herein for all pertlnent purposes, together with the right and prMlege at
any and all times to enter Property, or any part thereof, for the purpose of constructing,
operating, maintaining, replacing, upgrading, and repairing said Facility. In no event shall
Granter (I) use the Property in any manner which interferes in any material way or ls
inconsistent with the rights granted hereunder, or {II) erect or permit to be erected within the
easement property a permanent structure or building, including, but not limited to, monument
sign, pole sign, billboard, brick or masonry fences or walls or other structures that require a
building permit, or any structure not requiring a building permit but which may threaten the
structural integrity or capacity of the storm drain and its appurtenances. However, Granter shall
be permitted to install and maintain driveways and parking lots across the easement. Grantee
shall be obligated to restore the surface of the Property at Grantee's sole cost and expense,
including the restoration of any sidewalks, driveways, or similar surface improvements located
upon or adjacent to the Easement which may have been removed, relocated, altered, damaged,
or destroyed as a result of the Grantee's use of the easement granted hereunder provided,
however, that Grantee shall not be obligated to restore or replace irrigation systems or other
Improvements Installed in violation of the provisions and intended use of this Easement.
TO HAVE AND TO HOLD the above-described easement, together with all and singular the
rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's successors
and assigns forever; and Granter does hereby bind itself and its successor and assigns to
warrant and forever defend all and singular the easement unto Grantee, its successor and
assigns, against every person whomsoever lawfully claiming or to claim the same, or any part
thereof.
When the context requires, singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE]
PERMANENT DRAINAGE FACIUlY EASEMENT (Pipe)
Re-I. 06/2003
, -PARCEL 8 -Pg. 2 of 6
GRANTOR:
STATE OF TEXAS §
§
COUNTY OF TARRANT §
GRANTEE : City of Fort Worth
~-4CL
Fernando Costa
Assistant City Manager
Assistant City Attorney '
ACKNOWLEDGEMENT
BEFORE ME, the undersigned authority, on this day personally appeared Betty
Barlow, known to me to be the person whose name · is subscribed to the foregoing
instrument, and acknowledged to me that he/she executed the same for the purposes and
consideration therein expressed.
·-1f.J'f3.. ~ Given under my hand and seal of office this the c;ro day of
LESTE'.{ E ENGLAND
i'!'.: i ary Public
ST A TE Or TEXAS
Permanent Water, Sewer and Drainage Facility (Pipe) Easement
~=ic(~-f
The State of TEXAS
J
ACKNOWLEDGEMENT
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, a Notary Public In and for the State of
Texas, on this day personally appeared Fernando Costa, Assistant City Manager of the City of
Fort Worth, known to me to be the same person whose name Is subscribed to the foregoing
instrument, and acknowledged to me that the same was the act of the City of Fort Worth and
that he/she executed the same as the act of the City of Fort Worth for the purposes and
consideration therein expressed and In the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this c/1 ;9 stK-day of
t 20/0,
EVOMA DANIELS
MY COMMISSION EXPIRES
July 10, 2013
PERMANENT DRAINAGE FACIUlY EASEMENT (Pipe)
Rev. OCl/2008 -PARCEL 8 -Pg. 4 of &-
-~
EXHIBIT "A"
Being a 4 feet wide permanent drainage easement out of a 0.294 acre tract of land
conveyed to BETTY BARLOW by warranty deed as recorded in Tarrant County Clerk's
Instrument Number (T.C.C.1.No.) D20505360, Deed Records, Tarrant County, Texas
(D.R.T.C.T.), said tract also being Lot 19, Block 2, Rolling Hills, being an addition to the
City of Fort Worth, Tarrant County, Texas according to the plat thereof recorded on
Volume 388-C, Page 101, Plat Records, Tarrant County, Texas (P .R.T.C.T.), said 4 feet
wide pennanent drainage easement being herein more particularly described by metes
and bounds as follows:
COMMENCING at the southeast property comer of the said Lot 19, same being the
southwest property corner of Lot 18, Block 2 of the said Rolling Hills, said commencing
point also being on the north right-of-way line of South Riverside Drive;
THENCE North 28°20'00" East, along the east property line of the said Lot 19 and along
the west property line of the said Lot 18, a distance of 20.00 feet to a point on the north
edge of an existing 20 feet wide drainage and sewer easement as recorded in
T.C.C.I.No. D209063226, D.R.T.C.T.;
THENCE North 61°40'00" West, along the said north easement edge, a distance of 4.00
feet to the POINT OF BEGINNING, said beginning point being on the west edge of an
existing 8 feet wide utility easement, as shown on the said Rolling HIiis;
THENCE North 61 °40'00" West, continuing along the said north easement edge, a
distance of 4.00 feet to a point;
THENCE North 28°20'00" East a distance of 136.00 to a point on the south edge of an
existing 8 feet wide utility easement, as shown on the said Rolling Hills;
THENCE South 61 °40'00" East, along the said south easement edge, a distance of 4.00
feet to the intersection of the said south easement edge and the said west easement
edge;
THENCE South 28°20'00" West, along the said west easement edge, a distance of
136.00 feet to the Point of Beginning containing 0.012 acres (544 .0 Sq. Ft.) of land
more or less.
PERMANENT DRAINAGE FACILITY EASEMENT (Pipe)
Rev. 08/2008
PARCEL 8 -Pg. 5 of 6
No. 0/RECTION 01ST.
L1 N28'20'oo•E 2aoo'
L2 N61 ·40·oo·w 4.00'
L3 N61·,1.o·oo·w 4.00 1
L4 S6f',1.0'00"E 4.00'
I
I
4
I~ ;1 LOT 20. BLOCK 2
ROWNG HILLS
ltOL. 388-C, PG. 101
P.R. T.C.T.
I
I
I
I
I
I
I
I
I
PLAT OF EXHIBIT "A"
SE£ ATTACHED l£CAL 0£SCRIPnON
ON PAGE 5 OF EXHIBI T •A• HER£/N
-......_ LOT 9, BLOCK 2
-......_ -......_, -......_ ~ ROWNG HILLS
-......_' ........_ -......_ Vl7L 388-C, PG. 101
'}-'-... -......_ P.R. T.C. T.
, J -......_ ' -......_ I
EX. 8 U.£. -........ .... ~ 1
-........ -........
PROPERTY UN£-......_ l
4
1 a294 ACRES {PLAT)
LOT 19, BLOCK 2
~ ROLLING HILLS ~<:-.:S VOL. 388-C, PG. 101
,, P.R. T.C. T. A T. !.f1:'!o. 0t!~g~60
D.R. T.C. T.
' '
8' U.£.
LOT 18. BLOCK 2
ROWNG HILLS
n:IL . .J88-C, PG. 101
P.R.T.C.T.
.....
'
NOTc: TH£ BASIS OF BEARINGS FOR THIS SURVEY IS £STABLISH£0 FROAI PLAT BEARINGS AS
SHOW'I ON ROLLING HIUS. BEING AN AOOl710N TO TH£ CITY OF FORT ffORTH lcXAS. TARRANT
COUNTY AS SHOl+N ON VOWAI£ 388-C. PAGE 101 OF Pl.AT RECORDS OF TARRANT COUNTY.
CITY OF FORT WORTH STORM WATER UTILITY PROJECT
PARCEL NO . 8
SUBDIVISION : ROLLING HILLS 0 .0 .E. # 5414
LOCA TIOO : C1TY Of fORT WORTH, TARRAN T COUNTY, TEXAS 4' 'MOE PERMANENT DRAINAGE EASEMENT
v.tlOLE PROPERTY ACREAGE : 0 .294 ACRES PER PLAT
Sc!cA JOB NO .: 16J8 DRAWN SY: S.A.J.
DATE: 12-23-09 CHECKED BY: E.S.S. EXHIBIT "A " PAGE 6 OF 6
sPOONER & ASSOC ., INC . J09 BYERS smEET. jlfOO , EULESS, TX 760J9, PH 81 7-281-2355 fAX 817-685-8
r
•· r
SUZANNE HENDERSON ...........
~cou~ ••
COUNTY CLERK • < ),1 . . .. 100 West Weatherford Fort Worth, TX 76196-0401
f&t)· ·*·~
h· .. ) '
· ........ .a:.·· -------------------···•····•·
CITY OF FORT WORTH
RIGHT OF WAY AND EASEMENT TEAM
900 MONROE STE 404
FT WORTH, TX 76102
Submitter: CITY OF FORT WORTH/RIGHT
OF WAY AND EASEMENT
TEAM
PHONE (817) 884-1195
DO NOT DESTROY
WARNING -THIS IS PART OF THE OFFICIAL RECORD.
Filed For Registration : 2/1/2010 11 :39 AM
Instrument#: D210022396
E 7 PGS $36 .00
By :~.,e11 ./~
0210022396
DATE----
M & C: -~ ej-/Y1-~--:; koE #~ zc/: t 1f
AGENT~ ~ 6 1
ANY PROVISION WHICH RESTRICTS THE SALE, RENTAL OR USE OF THE DESCRIBED REAL PROPERTY
BECAUSE OF COLOR OR RACE IS INVALID AND UNENFORCEABLE UNDER FEDERAL LAW.
Prepared by: CAMADDOCK -