HomeMy WebLinkAboutContract 41406r
D0. f"r
? -~g-v~~~~~ ::\ 14 Q ~
-~o FORTWORTH tpSO,Jil/ (
(
-l ••
{
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOK ..
2007 CRITICAL CAPITAL PROJECT
(COUNCIL DISTRICT 9)
Part IV -Group 9C .
6TH AVENUE (W. JESSAMINE STREET TOW. ARLINGTON AVENUE)
5. LAKE STREET (W. MADDOX AVENUE TOW. MAGNOLIA AVENUE)
HENDERSON STREET (MYRTLE STREET TOW. MAGNOLIA AVENUE)
CITY PROJECT No. 00983
DOE No. 5924
Unit I: Water No. P253-541200-60917-0098383
Unit II: TPW No. C295-541200-20940-0098383
Sewer No. (NONE)
Michael J. Moncrief
Mayor
SEPTEMBER 2010
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 ~~l,.
Director, Parks and Community Services Department ~* .. ,~d'~
ti" ·*"-' ,-.,t \,*~
PREPARED FOR: I CARL :i-_··KROGNr:"ts· .. ~
The City of Fort Worth -r-.... -. ........... ..,. ... ~
. '-6 "°,. 91869 1 H .. ~~\. ( .-~~
"lt~?·•f.CENS~:~_. . .-~'<J &
BROWN & GAY ENGINEERS, INC. •t{.fs,0;;;ti\>.~~#
TBPE REG. F-1046 Mc\\'\'"~'''"'
9-~
9
M&CReview Page 1 of 3
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGENDA
FO RT WO RTH
'~
COUNCIL ACTION: Approved on 1/25/2011 -Ordinance No. 19536-01-2011
DATE: 1/25/2011 REFERENCE NO.: C-24717 LOG NAME: 202007 CCP CD9
PT4 GRPC
CODE: C TYPE: PUBLIC
NON-CONSENT HEARING: NO
SUBJECT: Authorize the Execution of a Contract in the Amount of $1 ,443,055 .50, with CPS Civil,
LLC , for Pavement Reconstruction and Water Main Replacement on Portions of Sixth
Avenue, South Lake Street and South Henderson Street and Adopt Appropriation
Ordinance (COUNCIL DISTRICT 9)
RECOMMENDATION:
It is recommended that the City Council:
1. Authorize the transfer of $640,012.00 from the Water Operating Fund to the Water Capital
Projects Fund in the amount of $640 ,012.00;
2. Adopt the attached appropriation ordinance increasing estimated receipts and appropriations in
the Water Capital Projects Fund , in the amount of $640,012.00 from available funds ; and
3. Authorize the City Manager to execute a contract with CPS Civil , LLC , in the amount of
$1,443 ,055.50 for pavement reconstruction and water main replacement for the streets listed below.
DISCUSSION:
On March 6, 2007, (M&C G-15621) the City Council authorized the sale of $42 ,325,000 .00 in
Certificates of Obligation for the purpose of funding part of the Critical Capital Needs Program. That
amount included funds for pavement reconstruction at various locations .
On September 16 , 2008 , (M&C C-23051) the City Council authorized the City Manager to execute an
engineering agreement with Brown and Gay Engineers , Inc ., for the design of Sixth Avenue, South
Lake Street and South Henderson Street. Street improvements will include pavement reconstruction;
construction of standard concrete curb and gutter, driveway approaches and reconstruction of
existing sidewalks .
The Water Department has determined that severely deteriorated water line should be replaced prior
to street reconstruction.
Construction Contract Part 4: (Project No. 00983)
Jsixth Avenue llwest Arlington Avenue to West Jessamine Street
South Lake Street West Maddox Avenue to West Magnolia Avenue
South Henderson West Magnolia Avenue to Myrtle Street
This contract was advertised on September 23, 2010 and September 30 , 2010 in the Fort Worth Star-
Telegram. On October 28 , 2010 the following bids were received:
http://apps.cfwnet.org/council_packet/mc_review .asp ?ID=l4630&councildate=l /25 /2 011 1/25 /2011
M&CReview Page 2 of3
Bidders Bid Amount
CPS Civil, LLC $1,443,055 .50
Conatser Construction TX, LP $1,448,035 .25
!Stabile & Winn, Inc. $1,476,552.93
jMcClendon Construction $1 ,511,557.85
jJLB Contracting, LP $1,633 ,351.87
jJet Underground Utilities, Inc. $1 ,837 ,735.00
Time of completion : 270 calendar days
Staff recommends that the base bid submitted by CPS Civil, LLC, be selected , and contract be
awarded to CPS Civil, LLC.
The new pavement will consist of seven inch concrete, over eight inch lime stabilized sub grade with
a seven inch curb. All existing sidewalks, steps and lead walks will be removed and reconstructed .
In addition to the contract cost, funding in the amount of $67 ,193.00 is included for water construction
survey, project management , material testing, field inspection and project close out. The contingency
funds to cover change orders totals $25 ,000.00.
In addition to the contract cost, funding in the amount of $128 ,872.00 is included for TPW associated
costs for survey, project management, material testing , field inspection and project close out. The
contingency fund to cover change orders for pavement reconstruction work totals $26 ,857.00 .
CPS Civil, LLC , is in compliance with the City's M/WBE Ordinance by committing to 33 percent
M/WBE participation . The City's M/WBE goal on this project is 23 percent.
This project is located in COUNCIL DISTRICT 9, Mapsco 76U, V and M.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that upon approval of the above
recommendations , and adoption of the attached appropriation ordinance, funds will be available in
the current capital budgets , as appropriated, of the Water Capital Projects Fund and the 2007 Critical
Capital Projects Fund .
TO Fund/Account/Centers
1&2)
P253 476045 609170098322
2)P253 531350 609170098352
2)P253 531350 609170098380
2)P253 531350 609170098382
$640 ,012 .00
$15.000 .00
$1 ,583 .00
$1 ,055.00
2) P253 541200 609170098383 $572 .819.00
2) P253 531350 609170098384 $7 .500.00
2) P253 531350 609170098385 $41 .000 .00
2) P253 531350 609170098391 $1 .055 .00
Submitted for City Manager's Office by:
Originating Department Head:
FROM Fund/Account/Centers
3) P253 541200 609170098383 $547,819.00
3) C295 541200 20940098383 $895 .236 .50
1) PE45 538040 0609020 $640,012 .00
Fernando Costa (6122)
William Verkest (7801)
http ://apps.cfwnet.org/council_p acket/mc_review.asp ?ID=l4630&councildate=l /25 /2011 1/25 /2011
M&CReview
Additional Information Contact:
ATTACHMENTS
20 2007 CCP CD9 PT4 GRPC AO .dQ.Q
202007 CCP CD9 PRT4 GRP C MAP .gdf
Gapol Sahu (7949)
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l4630&councildate=l /25 /2011
Page 3 of 3
1/25/2011
)
CITY d.F'.FORT WOR1ll .TEXAS .
ADDENDUM NO. 1
to the Plans ,, Specifieat'ions & Contract Documents
for
2007 GRIT1€AL C~JTAL PROJECT (COUNCIL DISTRICT 9)
Piwf IV-Croup 9C
61h A'1enue (W! Jessatntn~ Str,~t to W • .Arlington Avenue)
S. Lake Street (W. Maddox Aveube to W. Magnolia Avenue)
Henderson $treet(Myrtte.Streetto, W, Mtlguoii~ AveoueJ
GtTY PROJECT NO. 009S3, DOE NO . 5924;
Vii.it l: Water Nq. '?253-54 t:20Q-60917-0f)98:383
Uhitlti TPW Nei. CW$~$,.4J20():2o940~0.09838'3'
Bld Date: Octob~r·2s, 2010, l:30 PM
Addendum No 1.: Issued S~pte:tnber 28,.2010
'This .Aqdendum fQ l'.Jll~ part of thesPlaos; Specifications and Contract Documents for the above refe renced
Project.a}1d modifks the origiimi. Sp:e:cifteations and Conti:aet Documents. Bidder shall-acknowledge
receJp t otthis ,addenduru fo. thttSpace. providM .belo:w.; in th .e proposal {Pi·op.osa1Signature .Page)'and
acknowfodge rect'}:ipt on: tlie outer envelope of your bid. Faif ure to acknowledge receip t of thi s addendum
could SJ!bje.ct the bidder to disqualifi'cation . The Plans,: Speciffoatrons -and'-Contract Documents are
herebyievfsed by:Addendum No : 1 as: folfows ;
A pre,.hfd conference will be held on. Mflnday, ()ctob'er 4, _2010:at lll~OO,a.m~,, in the ·Transportation
and Public Works.conference .-oont #27_0. Bidcled are encouraged toreview th.e pfan~ and
speciflcations pri'11r to · th~ p..-e-bid conference.
A signed cop , oft~e A~d~n~unHhouJ.d. Qe focfQge4 'h• the:se~te4 bid e11vefop~ at the: time ·qf bid .
subnii tt al. Failure fo ac.Jmo,vfo dge the'reciipt of thjs Ad~endllm co uld catist;fthe subject bidder to be
·consicl~i:t:;d '''NONRESPONSlVE;" resi11tip.g ii1 disqualification. ·
RECEIPT ACKNOWLEDGEMENT:.
By : __________ _
~mpany: __________ _
Address; ---------,,-,-~-
City: _______ State; __ _
Addendum No. 1, Page I
CITY OF FORT WORTH TEXAS
ADDENDUM NO. 2
to the Plans, Specifications & Contract Documents
2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9)
Part IV -Group 9C
61h Avenue (W. Jessamine Street to W. Arlington Avenue)
S. Lake Street (W. Maddox Avenue to W. Magnolia Avenue)
Henderson Street (Myrtle Street to W. Magnolia Avenue)
CITY PROJECT NO. 00983, DOE NO. 5924,
Unit I: Water No. P253-541200-60917-0098383
Unit II: TPW No. C295-541200-20940-00983 83
Bid Date: October 28, 2010, 1:30 PM
Addendum No 2: Issued October 25, 2010
This Addendum forms part of the Plans, Specifications and Contract Documents for the above referenced
Project and modifies the original Specifications and Contract Documents. Bidder shall acknowledge
receipt of this addendum in the space provided below, in the proposal (Proposal Signature Page) and
acknowledge receipt on the outer envelope of your bid. Failure to acknowledge receipt of this addendum
could subject the bidder to disqualification.
The Plans, Specifications and Contract Documents are hereby revised by Addendum No. 2 as follows:
SPECIFICATIONS & CONTRACT DOCUMENTS
1. SECTION 4 -BID PACK.AGE:
BID PROPOSAL
Section 4.2 -Bid Proposal, Replace bid proposal sheets 1-9 of the Bid Proposal with attached
sheets revised 10/25/10.
Section 4.2 -Bid Proposal
An excel spreadsheet is provided on the City's website, Buzzsaw, Section IO -Addenda, to be
used at the bidder's discretion. The Excel spreadsheet form of the Bid Proposal will be accepted
as an official bid. Any discrepancies between the Excel spreadsheet prepared by the
CONTRACTOR and the one in the Contract documents will be replaced by the descriptions,
quantities and pre-bid amounts shown in Section 10 -Addenda.
CLARIFICATION
Section 4.1 -Bid Proposal, Unit/Section: Unit II -Paving and Drainage Improvements
CPMS Record Number:
BID-00849, Manhole -Adjustment-Services
Change Your Unit Price amount to $350.00 and Your Bid amount to $2,100 .00.
Addendum No. 2, Page 1
CLARIFICATION
Section 4.1 -Bid Proposal, Unit/Section: Unit II -Paving and Drainage Improvements
CPMS Record Number:
BID-00411, Retaining Wall -Install
Change Quantity to 44 cubic yards.
CLARIFICATION
Section 4 .1 -Bid Proposal, Unit/Section: Unit II-Paving and Drainage Improvements
CPMS Record Number:
BID-00412, Retaining Wall-Remove
Change Quantity to 117 linear feet.
CLARIFICATION
Section 4 .1 -Bid Proposal, Unit/Section: Unit II -Paving and Drainage Improvements
CPMS Record Number:
BID-00457, Pavement -Concrete -Remove
Add Pay Item for concrete removal for 1/3 of the length of 6th Avenue and the entire length of
Lake Street and Henderson Street. Add Quantity of 8,910 square yards.
CLARIFICATION
Section 4 .1 -Bid Proposal, Unit/Section: Unit II -Paving and Drainage Improvements
CPMS Record Number:
BID-00472, Pavement-Unclassified Street Excavation -Remove
Change Quantity to 5,337 cubic yards.
CLARIFICATION
Section 4 .1 -Bid Proposal, Unit/Section: Unit II -Paving and Drainage Improvements
CPMS Record Number:
BID-00536, Walk-Steps -Install
Change Quantity to 785 square feet.
CLARIFICATION
Section 4.1 -Bid Proposal, Unit/Section: Unit II -Paving and Drainage Improvements
CPMS Record Number:
BID-00537, Walk-Steps -Remove
Change Quantity to 785 square feet.
CLARIFICATION
Section 4.1 -Bid Proposal, Unit/Section: Unit II -Paving and Drainage Improvements
CPMS Record Number:
BID-00543, Fill Material-Borrow-Install
Add Pay Item and Quantity of 1,470 cubic yards.
Addendum No. 2, Page 2
2. SECTION 5 -General and Specific Conditions
30-INCH WATER MAIN CONSTRUCTION SEQUENCING
Coordinate shutdown and construction sequencing of 30-inch water main replacement in Lake
Street and 6th Avenue with Roger Hauser, 817-925-2360.
Provide a detailed schedule at the pre-construction conference with 30-inch shutdown windows
included.
Construction sequencing must begin with replacement of 30-inch water main. CONTRACTOR
required to complete construction of 30-inch water main and be in service by June 1, 2011.
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
No areas within the project limits have been identified to contain petroleum contaminated
material (soil) that may be encountered during excavation and/or construction activities.
3. SECTION 8.3 -Reports
GEOTECHNICAL REPORT
The report included was for multiple streets, some of which were not included in this contract.
Reference Plate A. l from report for bore logs that apply to 6th A venue, Lake Street and
Henderson Street.
6th Avenue:
Lake Street:
Henderson Street:
4. CONSTRUCTION PLANS
SHEET 4 -GENERAL NOTES
C-10, C-11, C-12
C-lA, C-2
C-3, C-4
Note 1 under "PROJECT SPECIFIC WATER NOTES" applies to the 30-Inch Water Main
sections of the project. The test pressure is specified for the 30-Inch Water Main in the Vertical
Blocking Table in Note 1.
Refer to CITY horizontal blocking detail (WTR-008) on Sheet 17 for construction of the 8-inch
water line.
Addendum No. 2, Page 3
SHEET 7 -30" WATER PLAN & PROFILE -6TH A VENUE -STA 99+10 to STA 104+00
Construct the 2" CO:MBINA TION AIR RELEASEN ACUUM RELIEF VAL VE WITH VAULT
as detailed in WTR-014 on Sheet 18.
The note on Line "A" at STA 100+ 10 refers to the incorrect standard detail. Revise the note to
read as follows:
INSTALL:
1-2" COMBINATION AIR
RELEASEN ACUUM RELIEF
VAL VE WITH VAULT (WTR-014)
REMOVE & SALVAGE
EXIST AIR RELEASE VAL VE
SHEET 32 -PA YING PLAN & PROFILE-HENDERSON STREET-STA 10+31.90 TO STA
12+50
Removal and Reconstruction of Retaining Wall at 141 7 Henderson Street was added to the sheet.
Temporary Right of Entry Number 11 added to project for construction at 1417 Henderson Street.
A signed copy of the Addendum should be included in the sealed bid envelope at the time of bid
submittal. Failure to acknowledge the receipt of this Addendum could cause the subject bidder to be
considered ''NONRESPONSIVE," resulting in disqualification .
RECEIPT ACKNOWLEDGEMENT:
By: __________ _
Company:----------
Address:-----------
City: State: ----------
William A. Verkest, PE
Director, Transportation & Public
Works Department
M<J~ /or By: Gopal Sahu,PE
Title: Project Manager
Addendum No. 2, Page 4
PROPOSAL
TO: The Purchasing Department
City of Fort Worth, Texas
Fort Worth, Texas
9/23/2010
FOR: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9)
Part IV-Group 9C
6TH AVENUE (W. JESSAMINE STREET TOW. ARLINGTON AVENUE)
S. LAKE STREET (W. MADDOX AVENUE TOW. MAGNOLIA AVENUE)
HENDERSON STREET (MYRTLE STREET TOW. MAGNOLIA AVENUE)
City Project No.:
UNITS/SECTIONS:
City Project No. 00983
DOE No. 5924
UNIT I: Water Project No. P253-541200-60917-0098383
UNIT II: TP/W Project No. C295-541200-20940-0098383
Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans,
specifications and the site, understands the amount of work to be done, and hereby
proposes to do all the work and furnish all labor, equipment, and materials necessary to
fully complete all the work as provided in the plans and specifications, and subject to
the inspection and approval of the Director, Water Department of the City of Fort
Worth. If required by this project, Contractor must be pre-qualified in accordance with
the projects sponsoring Departments of the City of Fort Worth requirements. Upon
acceptance of this Proposal by the City Council and required by this project, the bidder
is bound to execute a contract and furnish Performance, Maintenance Bond for the
water replacement contract only, and Payment Bond approved by the City of Fort Worth
for performing and completing said work within the time stated for the following sums,
to wit: ·
Total quantities given in the bid proposal may not reflect actual quantities, by represent
the best accuracy based on a reasonable effort of inv estigation; however, they are giv en
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.
Revised 10/25/2010 1 of 9 Addendum No. 02
City of Fort Worth Project Manager: Gopal Sahu
Project 00983 -2007 Critical Capital Project (Council District 9) -Part IV -Group 9C
Unit/Section: Unit I -Water Line Improvements ·
Water Project No. P253-541200-60917-0098383
Date
City Project # 00983
Your Vendor Number
Your Company Name
Bid Items
Sub Group CPMS Record Number Material Description
Sewer-Collection BID-00372 ServiceCS Trench Safety System 5 Foot Depth -Install
Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary-
Street-Paving BID-01302 Asphalt Install
Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-
Street-Paving BID-00443 Asohalt 1A)-Install
Street-Paving BID-00493 Concrete Subgrade-Crushed Limestone For Misc. Placement -Install
Water-Distribution BID-00542 Rock Dehole-Exploratory Excavation -Study
Water-Distribution BID-00546 ServiceCS Fire Hydrant -Install
Water-Distribution BID-00547 Iron Fire Hydrant -Remove
Water-Distribution BID-00548 ServiceCS Fire Hydrant-Barrel & Stem Extension -Install
Water-Distribution BID-00549 Iron Meter Box -Relocate
Water-Distribution 810-00550 Polyethylene Meter Box-Class A -Install
Water-Distribution BID-00551 Iron Meter Box-Class A -Install
Water-Distribution BID-00552 Iron Meter Box-Class B -Install
Water-Distribution BID-00554 Iron Meter Box-Class C -Install
Revised 10/25/2010 2 of 9
Unit of
Measure
Linear Foot
Linear Foot
Square Foot
Cubic Yard
Each
Each
Each
Vertical Foot
Each
Each
Each
Each
Each
Your Unit
Quantity Price Your Bid
2,406
6,623
216
50
7
5
5
10
1
100
19
2
1
Addendum No. 02
Bid Items
Unit of Your Unit
Sub Group CPMS Record Number Material Description Measure Quantity Price Your Bid
Water-Distribution BID-00568 ServiceCS Pipe Fittings-< Than 16 Inch DI Pipe -Install Ton 1.8
Water-Distribution BID-00569 fron Pipe Fittings-16 Inch or > DI Pioe -Install Ton 1.3
Water-Distribution BID-00591 Iron Pipe-Pressure-12 Inch -Install (PVC) Linear Foot 812
Water-Distribution BID-00599 PVC Pipe-Pressure-30 Inch -Install Linear Foot 1,591
Water-Distribution BID-00616 Iron Pipe-Pressure-6 Inch -Install (PVC) Linear Foot 46
Water-Distribution BID-00618 PVC Pioe-Pressure-8 Inch -Install (PVC) Linear Foot 2,523
Water-Distribution BID-00588 PVC Pioe-Pressure-10 Inch -Install Linear Foot 13
Water-Distribution BID-00587 Iron Pipe-Pressure -Abandon (Fill w/ G rout) Linear Foot 822
Water-Distribution BID-00722 Iron Valve-2 Inch-Air & Vacuum Release-wNault -Install Each 2
Water-Distribution BID-00745 Iron Valve-6 Inch-Gate-wNalve Box -Install Each 5
Water-Distribution BID-00749 Iron Valve-8 Inch-Gate-wNalve Box -Install Each 3
Water-Distribution BID-00751 ServiceCS Valve-Gate -Remove Each 4
Water-Distribution BID-00758 Copper Water Service-1 Inch -Install Linear Foot 3,500
Water-Distribution BID-00759 Coooer Water Service-1 Inch -Relocate Each 1
Water-Distribution BID-00762 Assembly Water Service-1 Inch-Tap to Main -Install Each 120
Water-Distribution BID-00763 Copper Water Service-2 Inch -Install Linear Foot 20
Water-Distribution BID-00767 Assembly Water Service-2 Inch-Tap to Main -Install Each 2
Water-Distribution BID-00768 Steel Water Service-2 lnch-Temoorarv -Install Lump Sum 1
Revised 10/25/201 O 3 of9 Addendum No. 02
Bid Items
Unit of Your Unit
Sub Group CPMS Record Number Material Description Measure Quantity Price Your Bid
Water-Distribution BID-00837 Concrete Concrete-Tvoe B -Install Cubic Yard 50
Water-Distribution BID-00839 Concrete Concrete-Type E -Install Cubic Yard 50
No Options in this bid. Total Bid This Unit
Revised 10/25/201 O 4 of9 Addendum No . 02
City of Fort Worth Project Manager: Gopal Sahu
Project 00983 -2007 Critical Capital Project (Council District 9) -Part IV -Group 9C
Unit/Section: Unit II -Paving and Drainage Improvements
T/PW Project No. C295-541200-20940-0098383
Date
City Project# 00983
Your Vendor Number
Your Company Name
Bid Items
CPMS Record
Sub Group Number Material Description
Art-Sign BID-00003 ServiceCS Sign-Address on Curb -Install
Land-Soil BID-00147 Soil Topsoil -Install (6 Inches)
Drainage-Major BID-00081 Concrete Pioe-21 Inch-CL Ill -Install
Drainage-Maier BID-00082 Concrete Pioe-24 Inch-CL Ill -Install
Drainaqe-Maior BID-00101 ServiceCS Unclassified Trench Excavation & Backfill -Install
Drainage-Minor BID-00102 ServiceCS Inlet -Remove
Draina<:ie-Minor BID-00106 Concrete lnlet-lnline-10 Ft -Install
Drainage-Minor BID-00109 Concrete lnlet-lnline-5 Ft -Install
Drainage-Minor BID-00115 Concrete Manhole -Install (Type 7)
1.:ilorm vyater 1-'ollutJon 1-'reventJon 1-'lan > 1 nan I AC vvvr't't'
Drainage-Major BID-00100 ServiceCS -Install
Park-Site BID-00181 ServiceCS Traffic Control -Install
Sewer-Collection BID-00196 Concrete Collar-Manhole -Install
Sewer-Collection BID-00372 ServiceCS Trench Safety System 5 Foot Depth -Install
Revised 10/25/2010 5 of 9
Unit of
Measure
Each
Cubic Yard
Linear Foot
Linear Foot
Cubic Yard
Each
Each
Each
Each
Lump Sum
Lump Sum
Each
Linear Foot
Your Unit
Quantity Price Your Bid
194
837 $16.50 $13,810.50
108
46
137
9
8
1
1
1
1
6
82
Addendum No . 02
Bid Items
CPMS Record Unit of Your Unit
Sub Group Number Material Description Measure Quantity Price Your Bid
Sewer-Collection BID-00849 ServiceCS Manhole-Adjustment -Services Each 6 $350 .00 $2,100 .00
Street-Parkway BID-00402 ServiceCS Driveway -Remove Sauare Foot 13,110
Street-Parkway BID-00404 Concrete Driveway-6 Inch -Install Sauare Foot 15,733
Street-Parkway BID-00411 Concrete Reta ining Wall -Install Cubic Yard 44
Street-Parkway BID-00412 ServiceCS Reta ining Wall -Remove Linear Foot 117
Street-Parkway BID-00414 ServiceCS Utility Adjustment -Repair Lump Sum 1 $30,000 .00 $30 ,000.00
Street-Pavina BID-00423 ServiceCS Curb & Gutter -Install Linear Foot 76
Street-Pavinc:i BID-00424 ServiceCS Curb & Gutter -Remove Linear Foot 6,838
Street-Paving BID-00445 Asphalt Pavement-2 Inch Min Overlav -Reolace Square Foot 3 ,501
Street-Paving BID-00452 Concrete Pavement-? Inch Concrete -Install Square Yard 11 ,941
Street-Pavinc:i BID-00457 ServiceCS Pavement-Concrete -Remove Sauare Yard 8 ,910
Street-Pavinc:i BID-00471 Asphalt Pavement-Transition-Min 6 Inch HMAC -Install Ton 83 .5
Street-Paving BJD-00472 ServiceCS Pavement-Unclassified Street Excavation -Remove Cubic Yard 5 ,337
Street-Pavinc:i BID-00474 ServiceCS Pavement-Valley Gutter -Remove Square Yard 180
Street-Paving BID-00486 Lime Subgrade - 8 Inch Lime Stabilized -Install Square Yard 12,939
Street-Paving BID-00496 Lime Subgrade-Lime for Stabilization -Install Ton 272.3
Street-Paving BID-00843 Concrete Curb-7 Inch -Install Linear Foot 6 ,838
Traffic-Sign BID-00504 Steel Sign-Project Designation -Install Each 3 $200 .00 $600.00
Walkway-Sidewalk BID-00529 ServiceCS Walk -Remove Square Foot 26,362
Walkway-Sidewalk BID-00530 Concrete Walk-4 Ft-Install Square Foot 25,940
Revised 10/25/201 O 6 of 9 Addendum No. 02
Bid Items
CPMS Record Unit of Your Unit
Sub Group Number Material Description Measure Quantity Price Your Bid
Walkway-Sidewalk BID-00536 Concrete Walk-Steps -Install Square Foot 785
Walkway-Sidewalk BID-00537 Concrete Walk-Steps -Remove Square Foot 785
Walkway-Sidewalk BID-01227 Concrete Walk-ADA Wheelchair Ramp -Install Each 24
Water-Distribution BID-00543 Soil Fill Material-Borrow -Install CY 1,470
Water-Distribution BID-00847 ServiceCS Valve Box-Adjustment -Services Each 9 $300.00 $2 ,700 .00
Water-Distribution BID-00848 ServiceCS Meter Box-Adjustment -Services Each 117 $35 .00 $4 ,095 .00
Total Bid This Unit
Revised 10/25/2010 7 of 9 Addendum No . 02
2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT) -PART IV -GROUP C
SUMMARY OF BID
Project Sub Totals:
Unit I -Water Line Improvements
Unit II -Paving and Drainage Improvements
Project Total: ~$ _____ _
Revised 10/25/2010 8 of 9 Addendum No . 02
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 270 Calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Check One Box and complete, as applicable)
D 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 Jaw. 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.
D The principal place of business of our company or our parent company or majority owner
is in the State of Texas.
Receipt is acknowledged of the following
addenda:
Addendum No. 1:
Addendum No. 2:
Addendum No. 3:
Addendum No . 4:
Addendum No. 5:
Addendum No. 6:
'1 (,!.: •J j•,.1 ,\11-·
Respectfully submitted,
By:
Title:
Company:
Address:
Date:
-
Revised 10/25/2010 9 of 9 Addendum No. 02
LOYDS ADDITION BLOO< 4 I
VOLUME 106, PAGE 10
P.R.T.C.T.
o"o,ron_
, ___ nlll'.n
"'"_ ..... ,., ... _.
J KING SUB/FIELD \lo£LCH I
BLOCK i VOlUMf 6J, PAGE 67 PIR.T.C.T.
-·--_..._IUl~CU'--.Ellff,L -~-... ':-=~-=-~·~i:-::--=
-z-
,..,..,~aa:a : 14111.~sau
STA t2+1 .71 .d Lf
'
-(A}
\0)
(,}
(o)
l'QIIT ....... ....... lC
ELEVA110<
' 10+12.o:I: 21.10'LT
' to+n,i t4.00'LT
' _,, ... tUO' LT .,... . to+21M """"' .....
' l0+11,72 tUO'U ....,, . ... .... ....,.., ..... , to+tt.&4 15.7T'flt ......
....... """' -...... omn ..... (<) U.T«r ,,..., \•) uo,
0-H'IM ,,..., <•) ..... , ....... ,.,., \H} 11+71.11 ,.,.,
··ea;..~~
D ~'=.-.i.r. t£-.
= l, 'NCDIWUriCRM-....~oll.L-·,_,.,,.,.. ~ rat llltr IWIMI IICIE Ol.alla: casa.ic-.
1 -~ 9UIL K---..£ ....... IGID .,__ CIIII .-mJ-4.
1 .u. ...... ,. .. Fl,CIIQ/Qa~----
"' M.L ...... 't tum~lltS1DrMXIYGN-M.L :=r=.:"' WIii IIW.l.1£ ti"• r.-: •a-,._
&. HUICA ___ QfmsalCUIUaS.--ONM ...__ ,,.._... ---1--van't~ -. rr•~.._..,,._,,,. var,
~---,, .... 11111111 ... 'IQ
.,_ ·-----~ __ ..__
SOM N0111H DID CII' N.DCII u.sTaJC Q/TIH AWN.CAT
~ctWOCll'~A'illPIA:AICl.aT1"I.II.MIG ~'
-1Nf6MmtWCASTaN~ .. ,,71N ........ ~ .......
lllW.--flL.
~
,I
I
~ ~~i~.,.1
OESCIIPDON 8't DATE ~ "~0·~1
OTY OF FORT WORTH •!i ~
TEXAS •• ~•
~:::::::::..:::::::...!:.:~:::...::..::::::::.:::~i!
PAWi! PUN l PROfU
ll:lllER80N 8'11&T
STA&all010STA1NO h i"
._ .. .,......,._... I ~1 ·:;:.:..-s..a::-I ~f
O[S1GMED: FAC DATE SCH.£ PRO.l:CT NO. stte.l 1,
2007 CO Program, Contract 9C
ROEll
D0E#5924
Lot 10, Block 1, Swastica Place
1417 S. Henderson Street
Fort Worth TX, 76104
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block 1, Lot 10, Swastica Place as
shown on the deed recorded in Instrument No. D206189700 Tarrant County Deed
Records and plat recorded in Volume 204A Pages 82, Tarrant County Plat Records, Fort
Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose
of retaining wall construction. Upon execution of this agreement, Grantor will grant
Grantee and its contractor's access to the Property for the purpose stated herein, until
such time as the project is completed and approved by the Grantee, at which time the
above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents,
representatives, or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the day of 2010. ---------~
GRANTOR:
(Print Name)
(Authorized Title)
TEMPORARY RIGHT OF ENTRY
Rev. 6/2007
(Signature)
I
! i; h ~t
. •
d'CH AIN
LI NK
FENC E
I CJ ,·
LP
. ••
• • : ·, :11.+qo
NATIONSTAR MORTGAG E LLC
350 HIGHLAND DRIVE
LEWISVILLE, TX. 75067 -4177
1423 S. HENDERSON STREET
LOT 9
..
BLOCK
.
"\'A
. . .. . .. .. .. ·~
... . .. ti,, • •• • ••
• AS)'.H LT ;,AVEM WEN.DERSON ··STREE.T
•A oi ·, • 14 -, ti,, I I •
TROE #11
TE XAS HALE LLC
555 L AUR IE LANE APT L4 I
THOUSA ND OAKS, CALIFORNIA 91360-5538
1417 S. HENDERSON STREET
LOT 10
WILLIAMS , DAVID M.
1415 S. HENDER SON STREET
FORT WORTH, TX. 76104 -4446
1415 S. HENDERSON STREET
LOT 11
I SWASTICA PLACE
1;
1
VO LUME 204A, PAGE 82 f .R.T.C .T.
TEMPORARY RIGHT-OF-ENTRY
AT
CITY OF FORT WORTH
TEXAS
2007 CRITICAL CAPITAL PROJECT
(COUNCI L DISlRICT 9) -PART IV -GR OU P 9C
6TH AVEN UE (W ..£SS AM1NE ST TO W ARLING TON AVE )
S LAK E SlREET (W MADDOX A VE TO W MAGNOLIA A VE)
HEND ERSON SlREET (MYRllE ST TO W MAGNOLI A A VE) 1417 S. HENDERSON STREET
0 10 20 40 BDN
&GAY _ ...
Brown & Qay Eng ln Nrs, lno.
10IW..111 11.,llill200. l'GftWorl\ TX71102
Tet 11 7 .. 7 .. 130 Fax: 111.ar,-e111
-CM ...... MdUW)Ofa -
"j BGE NO. DA TE PROJECT NO. EXH IB IT ti. SCAL E: 1" 2 0 · COF04-S0 OCTOBER D.O.E. # 5924 TROE 11 ~ -----------------------------------(P_A_RT_I_V)....,. ..... 2..,01_0__. __ 0_09_8_3 _____ _
2400 ~ MAPSCO PAGE NO. 62R & 62V 1701 1705 1711 1713 1717 1719 1721 1729 1801 1805 1809 1813 1817 1821 1825 BROWN &GAY ENGINEERS, INC. 1700 1704 1708 1712 1716 1718 1724 1730 1800 I 1804 . 1808 t 1812 , 1816 1 1820 I 1824 I 1901 1900 1903 1906 1911 1908 1915 1912 1951 1950 1955 1956 1959 1960 ~ .__ 1968 1967 2001 1968 2005 2000 2009 2004 2015 2008 2019 2012 2021 2016 ,.;, PAGE ST ---2401 § I ~ Ilg I g I 124092415 2420 ~~~~~ w Ml"-li'JM0:,10 NNNN"'I 0 2425 2424 ~ '<'t"<f"<f<V"<tli'J C'\lNNNN N w ll'JC>li'JMI"-NNC'\lN"'I 2501 2508 C> "<f "<f "<f "<f "<f NNNNN 2515 2512 ~ 25172511251 ..J 2511 2519 2512 8 25252525251 2519 2525 2530 25332527 2531 2530 2600! ~ 9 Brown & Gay Engineers, Inc. ~ 106 \/!Jest 8th Street. Suite 200, Houston, TX 76102 Tel: 817-867-6130 Fax: 817·887-6135 • Civil engineers and S£¥\oeyors • I 2007 CRITICAL CAPITAL PROJECT COUNCIL DISTRICT 9) -PART IV -GROUP 9C SCALE: PROJECT LOCATION MAP ATIACHMENT E -1 of 2 0.0.E.#: DATE: N.T.S. 5925 SEPT 2010 EXHIBIT: 3a
1500
15 12
1604
1608
1522
1700
1710
1600
1601
18 10
1812
1101 11 02
nos 1519
1401 1400
1407 1404
1411 14 10
1413 14 12
1417 1418
1421 1420
~
--1101
1107
1109
1115
1117
1121
1123
-
1401 1401
1401 1401
901 901 901 1401
1401 1401
1401 1401 ~ HUMBOLT ST
11111111111 ''' t ASHWOODST
w PULASKI ST ~
~11111111111111111111
~11111111111111111111
1300
ROSEDALE ST
-~~ ~ 1200
--1100
1104
1110
1112
111 6
1120
1124
1204
1401
1405 1406
1409 1408
141 5 1414
1417 1420
1423 1422
1425 1424
1501 1500
1507 1506 -~ 1509
;515 1514
160 1 1602
1605 1608
1609 1610
1615 1612
1617 161 8
1201
0 920
927 924
w 929 926
~ 1001 1000
1005 1004
1000 :i:: 1005 t;
1008 1013
1017
1021
1050 1029
1050 1029
1263
1263
1263
1123
11 23
1123
MAPSCO PAGE NO .
62M & 62R
1003
BROWN
&GAY
ENGINEERS, INC.
·'-
1205
1211
1215
1223
0
0
1401
1405
1409
141 3
14 17
14 21
14 25
-1200
1204
1210
1212
1216
~
I
1400
1404
1408
14 12
1416
1420
1424
926 929 ~
1000 1001 ti=
1015
1017
1019
1023
1029
1029
"' N
1705
1709
1715
1717
1723
1727
~
1008
1010
1018
1020
1024
954
1704
1708
1712
1720
1722
1724
--
901
909
1311
131 3 1320
1317 1322
1329 1330
~
1401 14 00
1400 1404
1409 1408
14 17 1412
141 9 1414
1423 1420
1425 1424
Brown & Gay Engi neers, Inc .
1200
1201
800
108 West 8th Street, Suite 200, Houston. TX 76102
Tel: 817-887-6130 Fax: 817-887-6135
-CMI engineers and surveyors -
2007 CRITICAL CAPITAL PROJECT
COUNC IL DISTRICT 9 -PART IV -GROUP 9C
SCALE :
PROJECT LOCATION MAP
ATIACHMENT E-2 of 2
D.O.E.#: DATE: EXHIBIT:
N.T.S . 59 25 SEPT 20 10 3b
SECTION 2 -FRONT END DOCUMENTS
2.1 Table of Contents
2.2 Notice to Bidders
2.3 Comprehensive Notice to Bidders
2.4 Special Instructions to Bidders (Water-Sewer 9-10-04)
2.5 Special Instructions to Bidders (Paving-Drainage 3-13-09)
TABLE OF CONTENTS
01 -Project Information 0 1.1 -Title Page MS-Word
0 1.2 -Location Maps pdf
02 -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)
03 -MWBE Documentation 0 3.1 -MWBE Special pdf
Instructions
0 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
0 3.3 -MWBE Prime Contractor pdf
Waiver
0 3.4 -MWBE Good Faith Effort pdf
0 3.5 -MWBE Joint Venture pdf
04 -Bid Package 0 4.1 -Bid Proposal Workbook MS-Excel
0 4.3 -Bid Schedule MS-Excel
0 4.4 -List of Fittings MS-Excel
0 4.5 -Pre-Qualified Contractor MS-Excel
List
05 -General and Special Conditions 0 5.1 -Part C General pdf
Conditions (water -sewer)
0 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
0 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
0 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
0 5.5 -Part E Specifications pdf
0 5.6 -Special Provisions
(paving -drainage)
0 5. 7 -Wage Rates pdf
0 5.8 -Compliance with and pdf
Enforcement of Prevailing
Wage Rates
0 5.9 -Standard Details (water-dwf
sewer)
0 5.10 -Standard Details dwf
(paving-drainage)
City of Fort Worth , Texas
Table of Contents
PMO Release Date : 06.10.2010
Page I of 2
TABLE OF CONTENTS
06 -Technical Specifications
I
07 -Contracts, Bonds and Insurance
08 -Appendices
09-Addenda
City of Fort Worth, Texas
Table of Contents
PMO Release Date : 06.10.2010
Page 2 of 2
D Technical Specs Index
t8J 7.1 -Certificate of Insurance
t8J 7.2 -Contractor Compliance
With Workers' Compensation
Law
t8J 7.3 -Conflict of Interest
Questionnaire
t8J 7.4 -Performance Bond
t8J 7.5 -Payment Bond
t8J 7.6 -Maintenance Bond
t8J 7.7 -City of Fort Worth
Contract
t8J Easements Index
t8J Permits Index
t8J Reports Index
D Addenda Index
MS-Word
pdf
pdf
pdf
pdf
pdf
pdf
NOTICE TO BIDDERS
Sealed proposals for the following :
2007 CRITICAL CAPITAL PROJECT
(COUCIL DISTRICT 9)
Part IV -Group SC
UNIT I: Water Project No. P253-541200-60917-0098383
UNIT II: TP/W Project No. C295-541200-20940-0098383
City Project No. 00983
DOE No. 5924
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, October 28, 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 clicking on the project
link. This link will 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 Brown
& Gay Engineers, Inc. -108 W . 8th Street Suite 200, Fort Worth, TX 76102, at a cost of $100 per set
(non-refundable). Please note that the plans and specifications will be available for pick up on
Monday, September 27, 2010.
T_he major work will consist of the (approximate) following:
Unit I -Water Improvements 1,591 L.F. 30-lnch DI Water Pipe
812 L.F. 12-lnch PVC Water Pipe
2,523 L.F. 8-lnch PVC Water Pipe
Unit II -Paving Improvements 12,017 S.Y. 7" Concrete Pavement
70 L.F. 24" Class Ill RCP Storm Drain
85 L.F. 21" Class Ill RCP Storm Drain
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
(on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the
Rev 2-2-10_TPW
NB-1
NOTICE TO BIDDERS
bidding contractor's sole responsibility to verify they have received and considered all
addenda, prior to submitting a bid .
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-qual ification is outlined in the "Special Instructions to Bidders
(Water-Sewer)".
For additional information , please contact Carl J. Krogness , PE , Engineer, w ith Brown & Gay
Eng ineers, Inc. at Telephone Number: 817-887-6138 or by email: ckrogness@browngay.com,
and/or Gopal Sahu , PE , Project Manager, TPW Department at 817-392-7949 or by email :
Go pal. Sahu@fortworthgov.org.
A pre-bid conference will be held on Tuesday , October 4 , 2010 at 2 :00 p.m., in the
Transportation and Public Works conference room #270 . Bidders are encouraged to review the
plans and specifications prior to the pre-bid conference.
Advertising Dates :
September 23, 2010
September 30, 201 O
Rev 2-2-10_TPW
NB-2
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
2007 CRITICAL CAPITAL PROJECT
(COUCIL DISTRICT 9)
Part IV -Group 9C
UNIT I: Water Project No. P253-541200-60917-0098383
UNIT II: TP/W Project No. C295-541200-20940-0098383
City Project No. 00983
DOE No. 5924
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, October 28, 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 clicking on the project link. This link will 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, contract documents and specifications for this project are available at the office of Brown &
Gay Engineers, Inc ., the design engineer, located at 108 W. 8111 Street, Suite 200, Fort Worth , TX 76102, at a cost of
$100.00 per set (non-refundable). Please note that the plans and specifications will be available for pick up
on Monday, September 27, 2010.
The major work will consist of the (approximate) following :
Unit I-Water Improvements 1,591 L.F. 30-lnch DI Water Pipe
812 L.F. 12-lnch PVC Water Pipe
2,523 L.F. 8-lnch PVC Water Pipe
Unit II-Paving Improvements 12,017 S.Y. 7" Concrete Pavement
70 L.F.
85 L.F.
24" Class Ill RCP Storm Drain
21" Class Ill RCP Storm Drain
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General
Contract Documents and Specifications.
NOTICES
All bidders will be required to comply with Provision 5159a of "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
Rev 212110_ TPW
CNB-1
COMPREHENSIVE NOTICE TO BIDDERS
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 Compl iance 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 and Unit II within this document is designed as a package. In order to be considered an
acceptable bid, the Contractor is requirea t o submit a bid for Unit I anti Unit II. A bid proposa l submittal for a
multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The
Contractor who submits the bid w ith 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 C ity of Fort Worth C ity Council the bid that is considered to be in
the best interest of the City of Fort Worth.
For additional information , please contact Carl J . Krogness, PE, Engineer, Brown & Gay Engineers, Inc. at
· 817-887-6138 or by email: ckrogness@browngay.com and/or Gopal Sahu, Project Manager TPW
Department at 817-392-7949 ..
A pre-bid conference will be held on Monday, September 6 , 2010 at 10:00 a.m ., in the Transportation and
Public Works conference room #270. Bidders are encouraged to review the plans and specifications prior to
the pre-bid conference.
DALE A FISSELER, P.E.
CITY MANAGER
Advertising Dates :
Rev 212110_ TPW
By 4'Ge~
Transportation & Publ ic Works Department
CNB -2
MARTY HENDRIX
CITY SECRETARY
September 23, 2010
September 30, 2010
Rev 212110_ TPW
COMPREHENSIVE NOTICE TO BIDDERS
CNB-3
SPECIAL INSTRUCTIONS TO BIDDERS
l) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to submit the following documentation : a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids .
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to refl ect the financial status to th e
submitting company. This statement must be current and not more than one (I) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such .
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise.
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered.
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received . Failure to notify shall not be a waiver of any necessary prequalification .
2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas .
In addition, the surety must ( 1) hold a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have
obtained reinsurance for any liability in excess of$100,000 from a reinsurer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required herein .
3 . BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3 .7 .
09/10/04 1
4, WAGERATES:
Section C3-3.13 of the General Conditions is deleted and replaced with the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including -the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258, Texas Government Code.
Such prevailing wage rates are included in these contract documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to
each worker. These records shall be open at all reasonable hours for inspection by the City.: The
p{ovi i i~ri s
0
0f Right to Au~1 ( un4ei p~ragraph :L o{Section · c· 1 _:J~upplemen tary· ~onditions To Part C
i J J ent;ral Conditions, pertain . to)bis inspt;ctton ,
( c) The contractor shall include in its subcontracts and/or shall otherwise require all of it s
subcontractors to comply with paragraphs (a) and (b) above.
( d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times.
5. AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal, the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located.
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for the
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8. PAYMENT: If the bid amount is $25,000.00 or less, the contract amount shall be paid within forty-
five (45) calendar days after completion and acceptance by the City.
9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government,
Contractor covenants that neither it nor any of its officers, members, agents employees, program
participants or subcontractors, while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of employees or in connection with the terms, conditions
09/10/04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend, indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with, or employees
of Contractor or any of its subcontractors. Contractor warrants it will fully comply with AD A's
provisions and any other applicable federal, state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City 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 W AIYER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation must be
received by the managing department no later than 5:00 p.m., five (5) City business days after the bid
opening date. The bidder shall obtain a receipt from the appropriate employee of the managing
department to whom delivery was made. Such receipt shall be evidence that the documentation was
received by the City. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books , records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal, State or local laws or ordinances
relating to false statements. Further, any such misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not less than three (3)
years .
12 . FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period.
09/10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d. The warranty period shall begin as of the date that the final punch list has been completed.
e. Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable .
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages, city shall make a
progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages, the parties shall
attempt to resolve the differences within 30 calendar days.
09/10/04 4
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 to 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 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 determine the adequacy of the proof required 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 connection, 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 determine 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 l, Item 8, P<tragraph 8 .6, of
the "General Provisions" of the Standard Specifications for Street and Storm Drain Construc tion 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 th e 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) abo ve .
(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 ( l 0) 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, lOOO 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 excee(,i $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.
1. City shall not be responsible for the direct payment of insurance premium costs for contractor's
msurance.
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 .
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 inithis 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 ofninety (90) days from the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR W AIYER 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 Project 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, ai new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate
of coverage ends during the duration of the project.
f. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter -
g. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any
change that materially affects the provision of coverage of any person providing services
on the project.
h . The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Worker's Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
( 1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas labor Code, Section 401.011 (44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a certificate
· of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the contractor:
(a) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
(5) retain all required certificates of coverage on file for the duration of the project and for
one year thereafter.
(6) notify the governmental entity in 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 13A-21
through 13A-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 ofa 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 refer(1nced Policy concerning age discrimination in
the performance of this Contract.
18. DISCRIMINATION DUE TO DISABU,ITY: 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 against 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 ACCE PTANCE 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.
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 .
Rev 3-13-09
SECTION 3 -MWBE DOCUMENTATION
-3.1 MWBE Special Instruction For Bidders
3.2 MWBE Subcontractors/Suppliers Utilization Form
3.3 MWBE Good Faith Effort Form .
3.4 MWBE Prime Contractor Waiver Form
3.5 MWBE Joint Venture Eligibility Form
FORT WORTH
-~-City of Fort Worth 1 ..,
5
Minority and Women Business Enterprise Specifidations
. -. \,
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract Is $25,000 or more, the M/WBE goal Is appllcable.
If the total dollar value of lhe contract Is less than $25,000, the M/WBE goal is not a licable.
POLICY STATEMENT
11 Is the policy of the City of Fort Worth to ensure the full and equitable participation by Minor ity and Women Business
Enterprises (Mi\NBE) in the procurement of all goods and services to the City on a contractual basis . All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's MBE/WBE goal on this project is 2..3,% of the base bid value of the contract.
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more. bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following : ·
1. Meet or exceed the above stated MIWBE goal, or .
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department, within the following times allocated, In order
for the entire bid to be considered resppnsive to the specifications. The Offeror shall deliver the MWBE documentation
In person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall
be ev idence that the City received the documentation in the time allocated . A faxed copy will not be accepted .
1. Subcontractor Utlllzatlon Form, if goal Is received by 5:00 p.m ., five (5) City business days after the bid
met or exceeded : opening date , exclusive of the bid opening date .
2. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utlllzatlon Form , if participation is less than opening date, exclusive of the bid opening date.
stated r:ioal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City busin_ess days after the bid
Utlllzatlon Form , if no M/WBE participat ion : opening date, exclusive of the bid opening date .
4. Prime Contractor Waiver Form, if you will received by 5:00 p.rn., five (5) City business days after the bid
perform all subcontracting/supplier work : · opening date, exclusive of the bid opening date.
5. Joint Venture Form, if u_tilize a joint venture received by 5:00 _ p.m., five (5) City business days after the bid
to met or exceed goal. opening date, exclusive of the bid opening date .
FAILURE TO COMPL.:Y WITH THE CITY'S MIWBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the MIWBE Office at (817) 392-6104.
Rev . 5130103
FORT WORTH ----....,...--City of Fort Worth I -
V ~-
v I'
ATTACHMENT 1A
Page 1 or 4
Subcontractors/Suppliers Utilization Form ~ .. ·.5
PRIME COMPANY NAME : Check applicable block to describe prime
C..P~ ~vd, LU!.. I M,W/DBE I ,xi PROJECT NAME: NON-MIWIDBE
2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) BID DATE
PART IV -GROUP 9C IO /2.g/ ID
City's M/WBE Project Goal: I Prime 's MIWBE Project Utllizatlon : PROJECT NUMBER
~ ~%
009a3 -DOE 5924
23%
Identify .fill subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m . five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualificat ion and will result in the
bid being considered non-responsive to bid specifications .
M/WBEs listed toward meeting the project goal must be located In the nine (9) county marketplace or
currently doing business In the marketplace at the time of bid. Marketplace is the geographic area of Tarrant ,
Parker, Johnson, Collin, Dallas, Denton. Ellis, Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor , i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 200 tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms, located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonaflde minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division . Disadvantaged Business
Enterprise (DBE) is synonymous.with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks from another M/WBE firm. including M/WBE owner-operators , and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned by the M/WBE as outlined in the lease agreement.
Rev. 5/30103
FORT WORTH
·~ t -.;.-J
~ I '
ATIACHMENT 1A
Page 2 of 4
Primes are required to ident i fy ALL subcontractors/suppliers, regardless of status; i .e ., Minority, Women and non-M/vVBEs .
Please list M/vV~E firms fir st, use additional sheets if necessary .
Certlflcallon 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 B R 0 B E E C T E
A
COW'Tt)W N RED1 M \)(.
P.o.BOX llo'2.627 ~ REt::>1 Ml'.{ 4\-J ,;;"-,) ,;; 00 .... c..o~c..R~
FO-l2T \"10 R.11-\, i',C.
1\.Q\ltl
\-KT~ A~IA~
f.'o. BOY. lt lt 'o y... lXTILITY •zca 1, ~11. '6,
1--\1:ZL\-S.~ '"T) ,~4.t;:4 f-,\ Aic"R \AU,
E:UYE"R'S 0ARl21CAPE
=6,10'5 E-l<;;+~r ~AFFIC.. ~S, ltOO.ot>
Ftwo~1 T')l. 'f-. e:..LJNTR.OL
rlt I\\
L ttUS C ER1l Fl 1:1:) "i
NOR-n-+ "TE')(A~ c..o -~
, __
JI Nll'\ ~I
4,q,:r~. KE.LL.ER ~l 1611-l~,AL.l-~o ''
f'O'R'T" W OR-n\, ~ VJ A-1El-?---~=30 Jt)DO.a:> y.. -,. LAl30~ ,u 1.Lf-4 ONLY_.
PREMIER PA"IN6t
"P.O. ii!,O",£ 1Ss4
L,DLL~Vll.-L.E, 11( 'I--4-=30 I I oo. ov
1t10:!A
Rev. 5/30/03
FORT WORTH
-~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
$
$
ATTAC HME NT 1A
P ag e 4 of 4
Ll1,;, 4 l'L ~1
=3s, Ltoo'. 00
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ S!l,Ol't .8l
The Contractor will not make add itions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide , directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors , includ in g
M/W/DBE(s) arrangements submitted with the bid. The Offeror also agrees to allow an audit and/or
examination of any books , records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners , principals, officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(~) on th is contract, by an authorized officer or employee of the City. Any
intentional and/or know ing misrepresentation of facts will be grounds for terminat ing the contract or debarment
from City work for a period of not less than three (3) years and for init iating action under Federal, State or
Local laws concerning false statements . Any failure to comply with this ordinance and create a material
breach of contract ma result in a determination of an irresponsible Offerer and barred from participating in
City work for a period', f t im not less than one (1) year. ·
Rober:+ Fa.Yr-ow
Printed Signature
Title
C... 0~ 0 . LO.. lLY-el\ W i ti 141&\ c;, B::o~.e.l.-± AJ vn \l.\.
Contact NamefTltle (If different)
C pc;; CAvi \, LLC.
Company Name Telephone and/or Fax
Address E-mail Address · ·
t I /:a I ID
City/State/Zi p Date
Rev . 5130/03
FORT WORTH
--, • rr-'"
ATIACHMENT 18
Page 1 of 1
City of Fort Worth
Prime Contractor Waiver Form
' PRIME COMPANY NAME: Check applicable block to "describe
d. PS CJv,L t..LC... prime '~
PROJECT NAME: I MIW/DBE I~ NON-MIW/DBE
2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9) -PART IV -GROUP 9C BID DATE
Contract 00983 -DOE 5924 ID /~s/10
City's M/WBE Project Goal: PROJECT NUMBER
Water -P253-541200-60917-0098383
23% TPW -C295-541200-20940 -0098383
If both answers to this form are YES, do not complete ATTACHMENT 1C(Good Faith Effort Form). All questions on
this form must be completed and a detailed explanation provided, If applicable. If the answer to either question Is
NO , then you must complete ATTACHMENT 1 C. This form is only applicable if .b.a1b 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 project, 'I, NO this is your normal 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 informat ion
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 initiating action under Federal, State
or Local laws concerning false statements . Any failure to comply with this ordinance creates a material breach of
contract may result in a deter;nination of an irresponsible offerer and barred from part icipating In City work for a
period of time not les ha r-(..01'\e 1 ear.
R ober:± -Fa..vv-o w
Printed Signature
c...o .o. La.u.v-~ Wi l \fa..~, i::=:ro ~e(;:f AJ l;ttGi......
Contact Name (If different) Title
j 12 .lt1Y:-2'l~ / '1,2.u,l'f."2't~2.
Phone Number Fax Number
. Q_ "PS,. C.,t V l l IL L-C....
Company Name
L o..i...u" ,e..AA.. € c.. p s C. l \J I L . LD M
Address Email Address
\:J,LL..tA.UU\.v,tl-€, n -ist~ 1 ·11/a uo
City/State/Zip Date
Rev . 5/30103
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Detail
Company Name Unit(s)/Section(s) Subcontracting
Address Working Work
TPl .. .,h,.. ·-,w
North Texas Contracting 1,591 LF 30" PIPE Utility
4999 Keller Haslet Road
Fort Worth , Texas 76144-8106
817.430 .9500
Bid Date :
Project Name:
Project DOE #:
City Project #:
Project Manager:
MWBE Documentation Received
Department of Engineering
\ 0 /3'l} \ D .
Fonns submitted by: Name :
Title: too
Company: ~ Qs C) vi l ( u C . '
. Slgnatura of City Starr recelvlng d().J\Q ~ f '-
A ., 5 : ~ ~'
-
:(
SECTION 4 -BID PACKAGE
4.1 Bid Proposal Workbook
4.3 Bid Schedule
4.4 List of Fittings
4.5 Pre-Qualified Subcontractor List
PROPOSAL
TO: The Purchasing Department
City of Fort Worth , Texas
Fort Worth, Texas
9/23/2010
FOR: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9)
Part IV -Group 9C
6TH AVENUE (W. JESSAMINE STREET TOW. ARLINGTON AVENUE)
S. LAKE STREET (W. MADDOX AVENUE TOW. MAGNOLIA AVENUE)
HENDERSON STREET (MYRTLE STREET TOW. MAGNOLIA AVENUE)
City Project No .: \JllJ I-I UJ'C\.,l l~U . VV.:JU...J
DOE No . 5924
UNITS/SECTIONS:
UNIT I: Water Project No . P253-541200-60917-0098383
UNIT II : TP/W Project No . C295-541200-20940-0098383
Pursuant to the foregoing "Notice to Bidders ," the undersigned has examined the plans,
specifications and the site , understands the amount of work to be done, and hereby
proposes to do all the work and furnish all labor, equipment, and materials necessary to
fully complete all the work as provided in the plans and specifications , and subject to
the inspection and approval of the Director, Water Department of the City of Fort
Worth. If required by this project, Contractor must be pre-qualified in accordance with
the projects sponsoring Departments of the City of Fort Worth requirements. Upon
acceptance of this Proposal by the City Council and required by this project, the bidder
is bound to execute a contract and furnish Performance, Maintenance Bond for the
water replacement contract only, and Payment Bond approved by the City of Fort Worth
for performing and completing said work within the time stated for the following sums ,
to wit:
Total quantities given in the bid proposal may not reflect actual quantities , by represent
the best accuracy based on a reasonable effort of investigation; however, they are given
for the purpose of bidding on and awarding the contract.
Special Note: All contractors_are advised that one contract will be awarded to the
lowest combined bid for all Units/Sections.
Revised 10/25/2010 1 of 1 Addendum No . 02
2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT) -PART IV -GROUP C
SUMMARY OF BID
Project Sub Totals:
Unit I -Water Line Improvements $547,819 .00
Unit II -Paving and Drainage Improvements $895 ,236 .50
Project Total: $1,443 ,055 .50
Revised 10/25/2010 1 of 1 Addendum No . 02
City of Fort Worth Project Manager: Gopal Sahu
Project 00983 -2007 Critical Capital Project (Council District 9) -Part IV -Group 9C
Unit/Section: Unit I -Water Line Improvements
Water Project No. P253-541200-60917-0098383
Date 10/28/2010
City Project# 00983
Your Vendor Number
Your Company Name CPS Civil , LLC
Bid Items
Unit of Your Unit
Sub Group CPMS Record Number Material Description Measure Quantity Price Your Bid
Sewer-Collection BID-00372 ServiceCS Trench Safety System 5 Foot Depth -Install Linear Foot 2,406 $1 .00 $2 ,406.00
Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary -
Street-Paving BID-01302 Asphalt Install Linear Foot 6 ,623 $5.00 $33 ,115.00
Pavement-2 Inch Min HMAC on 2/27 Concrete Base (2000-
Street-Paving BID-00443 Asphalt 1A) -Install Square Foot 216 $5 .00 $1 ,080 .00
Street-Paving BID-00493 Concrete Subgrade-Crushed Limestone For Misc. Placement -Install Cub ic Yard 50 $20 .00 $1 ,000 .00
Water-Distribution BID-00542 Rock Dehole-Exploratory Excavation -Study Each 7 $500 .00 $3 ,500 .00
Water-Distribution BID-00546 ServiceCS Fire Hydrant -Install Each 5 $2 ,500.00 $12 ,500.00
Water-Distribution BID-00547 Iron Fire Hydrant -Remove Each 5 $200 .00 $1 ,000 .00
Water-Distribution BID-00548 ServiceCS Fire Hydrant-Barrel & Stem Extension -Install Vertical Foot 10 $250 .00 $2 ,500 .00
Water-Distribution BID-00549 Iron Meter Bo x -Relocate Each 1 $100 .00 $100.00
Water-Distribution BID -00550 Polyethylene Meter Bo x-Class A -Install Each 100 $100 .00 $10 ,000 .00
Wate r-Distribution BID -00551 Iron Meter Bo x-Class A -Install Each 19 $100.00 $1 ,900 .00
Water-Distribution BID-00552 Iron Meter Bo x-Class B -Install Each 2 $250 .00 $500 .00
Water-Distribution BID-00554 Iron Meter Box-Class C -Install Each 1 $250 .00 $250 .00
Revised 10/25/2010 1 of 3 Addendum No . 02
Bid Items
Unit of Your Unit
Sub Group CPMS Record Number Material Description Measure Quantity Price Your Bid
Water-Distribution BID-00568 ServiceCS Pipe Fittings-< Than 16 Inch DI Pipe -Install Ton 1.8 $3 ,000.00 $5,400 .00
Water-Distribution BID-00569 Iron Pipe Fittings-16 Inch or > DI Pipe -Install Ton 1.3 $3 ,000.00 $3 ,900 .00
Water-Distribution BID-00591 Iron Pipe-Pressure-12 Inch -Install (PVC) Linear Foot 812 $45 .00 $36 ,540 .00
Water-Distribution BID-00599 PVC Pipe-Pressure-30 Inch -Install Linear Foot 1,591 $150 .00 $238 ,650 .00
Water-Distribution BID-00616 Iron Pipe-Pressure-6 Inch -Install (PVC) Linear Foot 46 $25 .00 $1 ,150.00
Water-Distribution BID-00618 PVC Pipe-Pressure-8 Inch -Install (PVC) Linear Foot 2 ,523 $30 .00 $75 ,690 .00
Water-Distribution BID-00588 PVC Pipe-Pressure-10 Inch -Install Linear Foot 13 $56 .00 $728 .00
Water-Distribution BID-00587 Iron Pipe-Pressure -Abandon (Fill w/ Grout) Linear Foot 822 $5 .00 $4 ,110.00
Water-Distribution BID-00722 Iron Valve-2 Inch-Air & Vacuum Release-wNault -Install Each 2 $4 ,000 .00 $8 ,000 .00
Water-Distribution BID-00745 Iron Valve-6 Inch-Gate-wNalve Box -Install Each 5 $700.00 $3 ,500 .00
Water-Distribution BID-00749 Iron Valve-8 Inch-Gate-wNalve Box -Install Each 3 $1 ,000 .00 $3 ,000 .00
Water-Distribution BID-00751 ServiceCS Valve-Gate -Remove Each 4 $250 .00 $1 ,000.00
Water-Distribution BID-00758 Copper Water Service-1 Inch -Install Linear Foot 3,500 $5 .00 $17 ,500 .00
Water-Distribution BID-00759 Copper Water Service-1 Inch -Relocate Each 1 $400 .00 $400 .00
Water-Distribution BID-00762 Assembly Water Service-1 Inch-Tap to Main -Install Each 120 $500 .00 $60 ,000.00
Water-Distribution BID-00763 Copper Water Service-2 Inch -Install Linear Foot 20 $20.00 $400.00
Water-Distribution BID-00767 Assembly Water Service-2 Inch-Tap to Main -Install Each 2 $1 ,000 .00 $2 ,000.00
Water-Distribution BID-00768 Steel Water Service-2 Inch-Temporary -Install Lump Sum 1 $10 ,000 .00 $10 ,000 .00
Revised 10/25/2010 2 of 3 Addendum No . 02
Bid Items
Unit of Your Unit
Sub Group CPMS Record Number Material Description Measure Quantity Price Your Bid
Water-Distribution BID-00837 Concrete Concrete-Type B -Install Cub ic Yard 50 $60 .00 $3 ,000 .00
Water-Distribution BID-00839 Concrete Concrete-Type E -Install Cubic Yard 50 $60 .00 $3 ,000 .00
No Options in this bid . Total Bid This Unit $547 ,819 .00
Revised 10/25/2010 3 of 3 Addendum No. 02
City of Fort Worth Project Manager: Gopal Sahu
Project 00983 -2007 Critical Capital Project (Council District 9) -Part IV -Group 9C
Unit/Section: Unit II -Paving and Drainage Improvements
T/PW Project No. C295-541200-20940-0098383
Date
City Project# 00983
Your Vendor Number
Your Company Name ~et.vii
Bid Items
CPMS Record
Sub Group Number Material Description
Art-Sign BID-00003 ServiceCS Sign-Address on Curb -Install
Land-Soil BID-00147 Soil Topsoil -Install (6 Inches)
Drainage-Major BID-00081 Concrete Pipe-21 Inch-CL Ill -Install
Drainage-Major BID-00082 Concrete Pipe-24 Inch-CL Ill -Install
Drainage-Major BID-00101 ServiceCS Unclassified Trench Excavation & Backfill -Install
Drainage-Minor BID-00102 ServiceCS Inlet-Remove
Drainage-Minor BID-00106 Concrete lnlet-lnline-10 Ft -Install
Drainage-Minor BID-00109 Concrete lnlet-lnline-5 Ft -Install
Drainage-Minor BID-00115 Concrete Manhole -Install (Type 7)
Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP
Drainage-Major BID-00100 ServiceCS -Install
Park-Site BID-00181 ServiceCS Traffic Control -Install
Sewer-Collection BID-00196 Concrete Collar-Manhole -Install
Sewer-Collection BID-00372 ServiceCS Trench Safety System 5 Foot Depth -Install
Revised 10/25/201 0 1 of 3
Unit of
Measure
Each
Cubic Yard
Linear Foot
Linear Foot
Cubic Yard
Each
Each
Each
Each
Lump Sum
Lump Sum
Each
Linear Foot
Your Unit
Quantity Price Your Bid
194 $10 .00 $1 ,940 .00
837 $16.50 $13 ,810.50
108 $40 .00 $4 ,320 .00
46 $50 .00 $2 ,300 .00
137 $5.00 $685.00
9 $200.00 $1 ,800.00
8 $2 ,100.00 $16 ,800 .00
1 $1 ,100.00 $1 ,100.00
1 $2 ,400.00 $2,400 .00
1 $10 ,000 .00 $10 ,000.00
1 $6 ,000 .00 $6 ,000 .00
6 $200 .00 $1 ,200.00
82 $10 .00 $820 .00
Addendum No . 02
Bid Items
CPMS Record Unit of Your Unit
Sub Group Number Material Description Measure Quantity Price Your Bid
Sewer-Collection BID-00849 ServiceCS Manhole-Adjustment -Services Each 6 $350 .00 $2 ,100.00
Street-Parkway BID-00402 ServiceCS Driveway -Remove Square Foot 13 ,110 $1 .00 $13 ,110.00
Street-Parkway BID-00404 Concrete Driveway-6 Inch -Install Square Foot 15,733 $5 .00 $78 ,665 .00
Street-Parkway BID-00411 Concrete Retaining Wall -Install Cubic Yard 44 $500 .00 $22 ,000 .00
Street-Parkway BID-00412 ServiceCS Retaining Wall -Remove Linear Foot 117 $25.00 $2 ,925.00
Street-Parkway BID-00414 ServiceCS Utility Adjustment -Repair Lump Sum 1 $30 ,000 .00 $30 ,000.00
Street-Paving BID-00423 ServiceCS Curb & Gutter -Install Linear Foot 76 $20 .00 $1 ,520.00
Street-Paving BID-00424 ServiceCS Curb & Gutter -Remove Linear Foot 6,838 $5 .00 $34 ,190 .00
Street-Paving BID-00445 Asphalt Pavement-2 Inch Min Overlay -Replace Square Foot 3,501 $2.00 $7,002 .00
Street-Paving BID-00452 Concrete Pavement-? Inch Concrete -Install Square Yard 11 ,941 $27 .50 $328 ,377 .50
.•
Street-Paving BID-00457 ServiceCS Pavement-Concrete -Remove Square Yard 8 ,910 $5 .00 $44 ,550 .00
Street-Paving BID-00471 Asphalt Pavement-Transition-Min 6 Inch HMAC -Install Ton 83.5 $100 .00 $8 ,350 .00
Street-Paving BID-00472 ServiceCS Pavement-Unclassified Street Excavation -Remove Cubic Yard 5 ,337 $5 .00 $26 ,685 .00
Street-Paving BID-00474 ServiceCS Pavement-Valley Gutter -Remove Square Yard 180 $10 .00 $1 ,800 .00
Street-Paving BID-00486 Lime Subgrade - 8 Inch Lime Stabilized -Install Square Yard 12 ,939 $3 .00 $38 ,817.00
Street-Paving BID-00496 Lime Subgrade-Lime for Stabilization -Install Ton 272.3 $135 .00 $36 ,760 .50
Street-Pavinq BID-00843 Concrete Curb-7 Inch -Install Linear Foot 6 ,838 $1 .00 $6 ,838 .00
Traffic-Sign BID-00504 Steel Sign-Project Designation -Install Each 3 $200.00 $600 .00
Walkway-Sidewalk BID-00529 ServiceCS Walk -Remove Square Foot 26 ,362 $0 .50 $13 ,181.00
Walkway-Sidewalk BID-00530 Concrete Walk-4 Ft -Install Square Foot 25 ,940 $3.00 $77 ,820 .00
Revised 10/25/2010 2 of 3 Addendum No. 02
Bid Items
CPMS Record Unit of Your Unit
Sub Group Number Material Description Measure Quantity Price Your Bid
Walkway-Sidewalk BID-00536 Concrete Walk-Steps -Install Square Foot 785 $4 .00 $3 ,140 .00
Walkway-Sidewalk BID-00537 Concrete Walk-Steps -Remove Square Foot 785 $1.00 $785 .00
Walkway-S idewa lk BID-01227 Concrete Walk-ADA Wheelchair Ramp -Install Each 24 $1 ,000.00 $24 ,000 .00
Water-Distribution BID-00543 Soil Fill Material-Borrow -Install CY 1,470 $15.00 $22 ,050 .00
Water-Dist ribution BID-00847 ServiceCS Valve Bo x-Adjustment -Services Each 9 $300 .00 $2 ,700.00
Water-Distribution BID-00848 ServiceCS Meter Box-Adjustment -Services Each 117 $35 .00 $4 ,095 .00
Total Bid This Unit $895 ,236 .50
Revised 10/25/2010 3 of 3 Addendum No . 02
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 ( I 0) calendar days after issue of the work order and to
complete the contract within 270 Calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Check One Box and complete, as applicable)
D 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.
l8J The principal place of business of our company or our parent company or majority owner
is in the State of Texas.
Receipt is acknowledged of the following
addenda:
Addendum No. I: /
Addendum No. 2: ./
Addendum No . 3:
Addendum No. 4:
Addendum No. 5:
Addendum No. 6:
Revised 10/25/2010
Respectfully submitted,
Title: C .Q.O.
Company: d..., 'PS. C-\vi I, LL.<!..
Address: \-:2.\S C}les,\-~M-Qw.
DLA,\A.l.JU\.ville, Tu ,s13,
Date: I O / 2 'D / 1 o
1 of 1 Addendum No . 02
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas
at an amount lower than the lowest Texas resident bidder by the same amount
that a Texas resident bidder would be required too underbid a nonresident bidder
in order to obtain a comparable contract in the State in which the nonresident's
principal place of business is located. The appropriate blanks in Section A must be
filled out by all out-of-state or nonresident bidders in order for your bid to meet
specifications. The failure of out-of-state or nonresident contractors to do so will
automatically disqualify that bidder. Resident bidders must check the box in
Section B.
(Check One Box and complete, as applicable)
D 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.
[)a The principal place of business of our company or our parent company
or majority owner is in the State of Texas.
BIDDER:
By: Robex+-Favvvu..J
Title: ~. 0. O.
Company: C. P~ CAvi I, LLC.
Address: 12.\5 C!Xes+ LA-~ O\r.
t:)u,~vi\k, T't. 15"1~7
Date : 10 (z~ /-Jo
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
BID SCHEDULE
For Project: 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9)
CITY PROJECT NO. 00983, DOE No. 5924
PART IV-GROUP 9C
BID SCHEDULE NOTE
ITEM
1. CPMS Record No . BID-00100, Storm Water Pollution Prevention Plan > than AC
SWPPP -Install. A Storm Water Pollution Prevention Plan has been prepared
and is available for review at the offices of Brown & Gay Engineers, Inc .
2. CPMS Record No. BID-00532, Walk-ADA Wheelchair Ramp -Install. Construct
item using City of Fort Worth Standard Sidewalk Ramp Details.
See Sheet 39 of 43 of the Construction Plans.
3. CPMS Record No . BID-00429 , Pavement -Install (7" Concrete). This item shall
have a 28-day compressive strength of 3,600 psi. Mix design in accordance with
Item 360, Texas Department of Transportation Standard Specification for
Construction and Maintenace of Highways, Streets, and Bridges, 2004 Edition using
3 to 6 percent air entrainment.
4. CPMS Record No. BID-00445, Pavement-2 Inch Min Overlay-Replace. This item
includes asphalt for overlay and edge milling as required to match existing
pavement.
LIST OF DUCTILE IRON
ADD OR SUBTRACT FOR THE FOLLOWING
INCLUDING INSTALLATION
QTY SIZE OF FITTING TYPE OF FITTING
2 MJ Solid Sleeve 30-lnch
2 MJ Solid Sleeve 10-lnch
2 MJ Solid Sleeve 6-lnch
2 Reducer 12-lnch x 10-lnch
2 Reducer 8-lnch x 6-lnch
1 Tee 10-lnch x 8-lnch
1 Tee 12-lnch x 6-lnch
4 Tee 8-lnch x 6-lnch
1 Bend -90 degree 30-lnch
6 Bend -45 degree 8-lnch
4 Bend -30 degree 8-lnch
1 Plug 12-lnch
FITTINGS
DUCTILE IRON
VY I t"C.K IUIAL
FITTING WEIGHT
(lb) (lb)
TOTALS
Total Weight= lbs or
FITTINGS
COST
Tons
Contractor shall fill in blanks for "Wt per Fitting", "Total Weight" and "Cost" as a part of the
bid. Contractor is responsible for correct quanity total of all fittings and specials.
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Detail
Company Name Unit(s)/Section(s) Subcontracting
Address Working Work
Teleohone/F ax
CITY APPROVED METHOD AND APPROVED PRODUCT FOR*,** AND***
* CONTRACTOR SHALL SELECT TYPE OF PIPE TO BE USED
Standard Spec No. Size
E1-31 4" through 36"
E1-25 4" through 15"
E1-27 4" through 15"
E1 -28 18" through 48"
E100-2 18" through 48"
Consult with "City of Fort Worth, Texas Standard Product List" to obtain the Generic/Trade Name and
the Manufactureer for the pipes listed above .
** Contractor to indicate Pipe Enlargement Method being used :
PIM Method
__ T.R.S . System
McConnell Method
Name of Subcontractor:
Name of Subcontractor:
Name of Subcontractor:
Note: Only tee service connections will be allowed .
-------------
-------------
-------------
*** CONTRACTOR TO INDICATE TRENCHLESS METHOD , IDENTIFY APPROVED LINER PROCESS , AND PROVIDE NAME
OF CONTRACTOR FOR INSTALLATN ~
Cured-in-Place Pipe (CIPP)
(Approved GIPP Liners : lnsituform ;
National Liner; and lnliner)
Fold and Form Pipe (FAFP)
(Approved FAFP Liner ; U-Liner)
Approved GIPP Liner Name of Contractor for Installation
Approved FAFP Liner Name of Contractor for Installation
Failure to provide the information requried above may result in rejection of bid as non-
responsive .
Only products listed above will be allowed for use in this project. Any substitutions shall
result in rejection of bid as non-responsive
CPS Civil
Job Name :
Location :
2007 Critical Capital Project, Council Dist. 9, Part IV-Group 9C
Fort Worth , Texas
Bid Date : 28-0ct-10
Bid Time : 1:30 PM
Item
No . Qty. Unit Description
UNIT 1-Wtr Ln lmprvts Bid Items:
00372 2,406 LF 5' DEPTH TRNCH SFTY SYS.
01302 6,623 LF TEMP 2" HMAC ON 6" FLX BS
00443 216 SF 2" MIN HMAC ON 2/27 CNCRT BS
00493 50 CY CRSHD LMSTN FOR MISC PLCMNT
00542 7 EA EXPLORATORY EXCAVATION
00546 5 EA INSTL FIRE HYDRANT
00547 5 EA RMV FIRE HYDRANT
00548 10 VF BARREL & STEM EXT.
00549 1 EA RELOC . MTR BX
00550 100 EA CL A MTR BX
00551 19 EA CLA MTR BX
00552 2 EA CL B MTR BX
00554 1 EA CLC MTR BX
00568 1.8 TN < THAN 16" DI PIPE
00569 1.3 TN 16" OR> DI PIPE
00591 812 LF 12" PVC PIPE
00599 1,591 LF 30" PIPE
00616 46 LF 6" PVC PIPE
00618 2 ,523 LF 8" PVC PIPE
00588 13 LF 10" PIPE
00587 822 LF ABNDN PIPE, FILL W/ GROUT
00722 2 EA 2" AIR & VCM RLS W/ VLT
00745 5 EA 6" GATE W/ VLV BX
00749 3 EA 8" GATE W/ VLV BX
00751 4 EA RMVGATEVLV
00758 3 ,500 LF 1" WTR SERV.
00759 1 EA RELOC . 1" WTR SERV.
00762 120 EA 1" TAP TO MN WTR SERV.
00763 20 LF 2" WTR SERV.
00767 2 EA 2" TAP TO MN WTR SERV.
00768 1 LS TEMP 2" WTR SERV.
00837 50 CY TY B CNCRT
00839 50 CY TYE CNCRT
UNIT I SUBTOTAL AMOUNT: 547 ,819 .00
UNIT 11-Pvg & Drng Imp Bid Items:
00003 194 EA ADDRESS ON CURB
Bid Bid
Unit Amount
0.00 0.00
1.00 2,406.00
5.00 33 ,115.00
5.00 1,080.00
20.00 1,000 .00
500 .00 3 ,500 .00
2 ,500 .00 12 ,500.00
200.00 1,000.00
250 .00 2,500.00
100.00 100.00
100.00 10 ,000 .00
100.00 1,900.00
250 .00 500 .00
250 .00 250 .00
3,000 .00 5,400 .00
3 ,000 .00 3 ,900 .00
45 .00 36 ,540 .00
150.00 238 ,650 .00
25.00 1,150.00
30 .00 75 ,690 .00
56 .00 728.00
5.00 4 ,110.00
4 ,000 .00 8 ,000 .00
700 .00 3 ,500 .00
1,000 .00 3,000 .00
250 .00 1,000 .00
5.00 17 ,500 .00
400 .00 400 .00
500 .00 60 ,000 .00
20.00 400 .00
1,000.00 2 ,000 .00
10 ,000 .00 10,000.00
60.00 3 ,000 .00
60 .00 3 ,000 .00
0 .00 0 .00
0.00 0 .00
0 .00 0.00
0 .00 0 .00
0.00 0 .00
10.00 1,940 .00
549 ,759 .00
549759 .00
Job Name :
Locat ion :
Bid Date :
Bid Time :
Item
No.
00147
00081
00082
00101
00102
00106
00109
00115
00100
00181
00196
00372
00849
00402
00404
00411
00412
00414
00423
00424
00445
00452
00457
00471
00472
00474
00486
00496
00843
00504
00529
00530
00536
00537
01227
00543
00847
00848
CPS Civil
2007 Critical Capital Project , Council Dist. 9 , Part IV-Group 9C
Fort Worth , Texas
28-0ct-10
1:30 PM
Qty . Unit Description
837 CY 6" TOPSOIL
108 LF 21 " CL Ill PIPE
46 LF 24" CL Ill PIPE
137 CY UNCLSSFD TRNCH EXCVTN & BKFILL
9 EA RMV INLET
8 EA 1 O' INLINE INLET
1 EA 5' INLINE INLET
1 EA TY 7 MNHL
1 LS SWPPP
1 LS TRFFC CNTRL
6 EA MNHL COLLAR
82 LF 5' DEPTH TRNCH SFTY SYS .
6 EA MNHL ADJ .
13 ,110 SF RMV DRVWY
15 ,733 SF 6" DRVWY
44 CY RET . WALL
117 LF RMV RET. WALL
1 LS UTIL. ADJ .
76 LF CURB & GUTTER
6 ,838 LF RMV CURB & GUTTER
3,501 SF REPL. 2" MIN OVRLAY
11 ,941 SY 7" CNCRT
8 ,910 SY RMVCNCRT
83.5 TN MIN 6" HMAC TRANS .
5,337 CY RMV UNCLSSFD ST. EXCVTN
180 SY RMV VALLEY GUTTER
12 ,939 SY 8" LIME STBLZD SBGRD
272 .3 TN LIME FOR STBLZTN SBGRD
6 ,838 LF 7" CURB
3 EA PRJCT DSGNTN SIGN
26 ,362 SF RMVWALK
25 ,940 SF 4 ' WALK
785 SF STEPS (WALK)
785 SF RMV WALK STEPS
24 EA ADA WHEELCHAIR RAMP
1,470 CY BORROW (FILL MTRL)
9 EA VLV BX ADJ .
117 EA MTR BX ADJ .
UNIT II SUBTOTAL AMOUNT: 895 236 .50
Bid Bid
Uni t Amoun t
16.50 13 ,810 .50
40 .00 4 ,320 .00
50 .00 2 ,300.00
5.00 685 .00
200 .00 1,800 .00
2 ,100.00 16 ,800 .00
1,100 .00 1,100 .00
2,400 .00 2,400 .00
10 ,000.00 10 ,000.00
6 ,000 .00 6 ,000 .00
200 .00 1,200 .00
10 .00 820 .00
350 .00 2 ,100 .00
1.00 13 ,110 .00
5.00 78,665 .00
500 .00 22 ,000 .00
25.00 2 ,925 .00
30 ,000 .00 30 ,000 .00
20 .00 1,520 .00
5.00 34 ,190 .00
2 .00 7 ,002 .00
27 .50 328 ,377 .50
5 .00 44 ,550.00
100 .00 8 ,350 .00
5 .00 26 ,685.00
10 .00 1,800 .00
3.00 38,817.00
135 .00 36 ,760 .50
1.00 6 ,838 .00
200 .00 600 .00
0.50 13 ,181 .00
3.00 77 ,820.00
4 .00 3 ,140 .00
1.00 785 .00
1,000 .00 24,000.00
15 .00 22 ,050.00
300 .00 2 ,700.00
35 .00 4 ,095 .00
0 .00 0 .00
0 .00 0 .00
893 ,296 .50
549759.00
1443055.50
. CPS Civil Job Name: Location: 2007 Critical Capital Project, Council Dist. 9, Part IV-Group 9C Fort Worth, Texas Bid Date: 28-0ct-10 Bid Time: 1:30 PM Item No. Qty. Unit Description I 13UMMARY OF BID: Project Sub Totals: nit 1-Wtr Line Improvements: $ 547,s19.oo I Jnit 11-Pvg & Drainage lmprvts: $ 895,236.50 I Total Amount Bid $ 1,443,055.50 1 Bid Unit Bid Amount 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 1443055.50 1443055.50
-
-
-
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 Rates
5.9 Standard Details (Water-Sewer)
5.10 Standard Details (Paving-Drainage)
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-I (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)
1" ',,: < ~....i"':/.
F' •. -
' .; ~ .. , ' . ,
r ;/• C2-2.5 Rejection of Proposals C2-2 (3)
C2-2.6 Bid Security I C2-2 (3)
C2-2.7 Delivery of Proposal C2-2 (3)
l 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) ~
'1,---"
,-,··
~ ' }
~ .
'i
-: C3-3 AW ARD AND EXECUTION OF DOCUMENTS :
' :'.)
' C3-3.1 Consideration of Proposals C3-3 (1)
C3-3.2 Minority Business Enterprise/Women Business C3-3 (1)
4' Enterprise Compliance I; ..
' ~ ' C3-3.3 Equal Employment Provisions C3-3 (1) ' .
' : C3-3.4 Withdrawal of Proposals C3-3 (1) ~ C3-3.5 A ward of Contract ,· C3-3 (2) ,.
C3-3.6 Return of Proposal Securities C3-3 (2)
C3-3.7 Bonds C3-3 (2)
'le 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) ,
r.' ~
,
C3-3.14 Contractor's Contract Administration C3-3 (6)
C3-3.15 Venue C3-3 (7)
t
C4-4 SCOPE OF WORK
C4-4.1 Intent of Contract Documents ~ ' , a\ ~ • ll C4-4 (1)
' C4-4.2 Special Provisions C4-4 (1) ' "' .
C4-4.3 Increased _or Decreased Quantities
. .
"ii 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)
t C4-4.7 Schedule Tiers Special Instructions ., t C4-4 (6)
:
"i
C5-5 CONTROL OF WORK AND MATERIALS
C5-5.1 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)
i;. ' C5-5 (2) C5-5.4 Cooperation of Contractor
C5-5.5 Emergency and/or Rectification Work C5-5 (2) ~ .... ~
~ C5-5 .6 Field Office C5-5 (3)
' ~
' ' C5-5.7 Construction Stak(!s C5-5 (3) \ . ·1
(2)
C5-5.8
C5-5.9
C5-5.10
C5-5.11
C5-5 .12
C5-5.13
C5-5.14
C5-5.15
C5-5.16
C5-5.17
C5-5.18
C6-6
C6-6.1
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
C6.6.11
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 .1
C7-7.2
C7-7.3
C7-7.4
C7-7.5 ·
C7-7 .6
C7-7 .7
C7-7.8
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials, and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Way
C5-5 (3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 ('l)
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)
a; ..
' J,
.._
,
;:
~
.
'
' l • , '
t'· t,-
, ' .
'
~
.<
~
C7-7.9
C7-7.I0
C7-7.11
C7-7 .12
C7-7.13
C7-7 .14
C7-7.15
C7-7 .16
C7-7 .17
C8-8
C8-8 .1
C8-8.2
C8-8.3
· C8-8.4
C8 -8.5
' C8 -8 .6
C8-8.7
C8-8.8
C8-8.9
C8 -8.10
C8-8 .ll
C8 -8 .12
C8-8 .13
~ ;\--,•.: ~ ..
' <
•
Delays • I . C7-7 (4)
Time of Completion C7-7 (4)
Suspension by Court Order '' C7-7 (5)
Temporary Suspension C7-7 (5)
Termination of Contract due to National Emergency C7-7 (6) • t
• .. .
Suspension or Abandonment of the Work C7-7 (6)
and Annulment of the Contract: \ .
Fulfillment of Contract / C7-7 (8) '' ., ., ' ' Termination for Convenience of the Owner C7-7 (8) ' 1 .. . ""
Safety Methods and Practices C7-7 (11) . "' -..
MEASUREMENT AND PAYMENT
~
Measurement Of Q uantities C8 -8 (1)
Unit Prices C8-8 (1)
Lump Sum C8-8 (1)
Scope of Payment C8-8 (1)
Partial Estimates and Retainage > • C8-8 (2)
Withholding Payment > ,·' C8-8 (3)
Final Acceptance C8-8' (3)
Final Payment ~ , i.. 11; C8-8 (3)
Adequacy of Design C8-8 (4)
General Guaranty ""t". C8-8 (4)
Subsidiary Work C8 -8 (4)
Miscellaneous Placement of Material C8-8 (4)
Record Documents C8 -8 (4)
t'
' • t t •
'>
,. •,.
,:;, .. '
. '
<
(4)
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used , the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents , such as specifications, bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A -NOTICE TO BIDDERS
PART B -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PARTF-BONDS
PARTG-CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yellow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
· b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
Cl-1.3 NOTICE TO' BIDDERS: All of the legal publications either actually published
in public advertising \mediums or furnished dir~ct 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, associat10n,
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 Con~ract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials ,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements , statutes , etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
·Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a.
b.
C.
d.
C2-2 .6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3.7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents .
Cl-1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location , dimen sion and position of the
various elements of the project, including such profiles , typical cross-sections , layout
diagrams , working drawings , preliminary drawings and such supplemental drawing s 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 .
C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth , Texas .
Cl-1.14 MAYOR: The officially elected Mayor, or in his ab sence, 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)
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 an~
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 neces s ary to produce a completed and
serviceable project.
Cl-1.23 WORKING DAY: A working day i s 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
C 1-1.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows:
1.
2.
3 .
4 .
5.
6.
7.
8.
9.
New Year's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday iri January
Last Monday in May
July4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December25
When one of the above narried holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations . Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
Cl-1 (4)
AASHTO -American Association of State MGD Million Gallons
Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
IAW In Accordance With Min. Minimum
ASTM American Society of Testing Mono. Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D . Inside D iameter
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 O rder" is a written supplemental agreement
between the O wner 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 proj ect on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25% of the amount of the particular item or items in the original proposal.
All "Change Orders " shall be prepared by the City from information as necessary
furnished by the Contractor.
C 1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4 . Concrete, with or without separate base material .
5 . Any combination of the above.
Cl -1 (5)
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated .
C 1-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2 ') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists.
Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
Cl-1 (6)
;
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.l PROPOSAL FORM: The Owner will furnish bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status. This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis . Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided, without · in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2 (1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish . All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents .
Bidders are required, prior to filing of proposal, ·to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates , investigation, research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
. The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required . All such prices shall be written legibly . In case of discrepancy
between price written in words and the price written in numerals, the price most ·
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
of lf\ttorney 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: ~o proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal ." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds . The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids .
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder 's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered . Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas. ·
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writia"g, addressed to the City Manager, and filed with
· him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened .
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further , that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2 (3) ·
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders ." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids .
.
C2-2. 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 a ny 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)
e)
f)
The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
The bidder having performed a prior contract in an unsatisfactory manner.
Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
g) Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded.
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A " -Special Instructions
2 . A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder. .
3 . An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2 (4)
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.1 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 AW ARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time , not to exceed forty-five (45) days after the
date of opening proposals, and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award.
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
have been determined for comparison of bids , the Owner may, at its discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities , usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3.7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required , the
following bonds:
a.
b .
C.
PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City .
MAINTENANCE BOND : A good an.ct sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10.
PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of · the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 561h 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 Awardeie 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
respon sible for delivering to the Owner the s ub -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 in surance coverage required herein shall include the
coverage of all sub-contractors.
a . COMPENSATION INSURANCE: The Contractor shall . maintain ,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors .. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute , the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
b.
C.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500,000 covering each
occurrence on account of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage .
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability ( covers General Contractor 's Liability for acts
of sub-contractors).
C3-3 (4)
2.
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. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following · special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor's insurance not cover the sub-contractor's work operations .
g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
performance , payment, maintenance an.d 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 mu st 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 in surance.
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, furn, association , corporation or other
who is approved to do bu siness 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 busines s actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all . matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material ,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
appropriately signed and sealed, as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents. The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work, or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned . No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason .
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
•
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents , furnish all labor, tools, materials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS : Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
C4-4 (1)
C4-4\4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole . Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents.
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and ( 4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work . The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
( 4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties .
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known , unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i.e. file formats associated with the
scheduling software). The approved scheduling software systems for creating the
schedule files are:
Primavera (Version 6 .1 or later or approved by OWNER)
-Primavera Contractor (Version 6.1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration, resource allocation, and logic issues.
C4-4 (3)
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any .
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines shall be adhered to in preparing the . baseline construction
schedule ..
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days . Fabrication, delivery and submittal activities are
exceptions to this guideline .
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general 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 m aintenance instructions
8 . Installed equipment and material testing
9 . Owner's operatqr instructions (if applicable)
10 . Final in spection
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 showin~ the quantity of work to be done along
with the corresponding value of the work measured in dollars . It is
il).tended 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)
, r
PART C -QENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
f.
SECTION C5-5 CONTROL OF WORK AND MATERIALS
C5-5.1 AUTHORITY OF ENGINEER: The work shall l;>e 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 shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatives . Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call, as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determines that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work .
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
discrepant condition and request the Contractor ,to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project.
C5-5 .6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air
conditioned , lighted, and weather proof, so that documents will not be damaged by the
elements.
C5-5.7 CONTRUCTION STAKES : The City, through its Engineer, will furnish
the Contractor with all lines, grade s, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them . Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents . In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, 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
C5-5 (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.
C5 -5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests , the
Contractor shall , at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense . No work shall be done or materials used without suitable
supervision or inspection.
C5-5.10 ,REMOVAL OF 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, <!,nd 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.ll 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 a~ 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 surfaces and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so · as to facilitate prompt
inspection.
cs.:5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions
shown on the plans relative to the existing utilities are based on the best information
available. Omission from, the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities .
The location of many gas mains, water mains, conduits, sewer lines and service lines for
C5-5 (5)
all utilities, etc ., is unknown to the Owner, and the Ownen assumes no responsibility for .
failure to show any or all such structures and utilities on t he 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 chan·ges 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 necess ary. All
verification of utilities and their adjustment shall be cons idered subsidiary work.
C5-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In. the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
1. Notify the Water Department's Distribution Division as to
location, time, and schedule of service interruption.
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. . In . the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
C5-5 (6)
"NOTICE"
Due to Utility Improvement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ___ _
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency: In the event that an unforeseen service interruption occurs ,
notice shall be as above , but immediate.
CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim.
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 unsatisfacto,ry 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.
CS-5 (7)
C5-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification. After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
C5-5 (8)
PART C-GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws , ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and 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 Coatractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work . Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys , or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials , and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains ·, loading or unloading of cars, etc . Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6 -6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work. Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City. The Contractor shall
give the City Notice not less than five days prior to the .time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be ·given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6.8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights,· and danger
signals , shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into, any work under
C6-6(3)
construction or being ,maintained. The Contractor shall furnish watchmen and keep them
at their respective as signments in sufficient numbers to protect the work and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways ",
codified as Article 6701d Veron 's Civil Statues , pertinent section being Section Nos . 27,
29 , 30 and 31.
The Contractor will not remove any regulatory sign , instructional sign, street name sign ,
or other sign which has been erected by the City . If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number .871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign . If the
temporary sign is not installed correctly or if it does not meet the required specifications ,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can be re-
installed , the Contractor sha:µ 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 les s 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)
' '
-. ·~
1·
-
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 nece ssary, 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 time s to prevent
livestock from entering the con struction area . The cost for fence removal, temporary
closures and replacement shall be sub sidiary to the variou s items bid in the project
proposal. Therefore , no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances , and without notice when a nuisance or hazardous condition results,
proceed to repair, rebuild , or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6. l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent , servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same , and shall
be solely responsible for the acts and omissions of its officers , agents , servants,
employees, contractor, subcontractors , licensees and invitees. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers , agents, employees ,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6 .12 CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS : Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents , servants , and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death , to any and all persons , of
whatsoever kind or character, whether real or asserted , arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers , agents , employees , contractors , subcontractors , licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not 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 frnm 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 le~s
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 1s
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR 'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25 1h day of the month succeeding that in which ant such damage is claimed to
have been sustained , the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES. ETC.: In case
it is necessary to change , move , or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such .times as the permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract , except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main . All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1.2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, for water will be made at
the regular established rates. When meters are not used , the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6 .17 USE OF A SECTION OR PORTION OFTHEWORK: Whenever, m the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or workmanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense .
C6-6 .18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the· charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work. The Contractor shall rebuild , repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO W AIYER 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 ANID 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 capc:1city of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives .
C7-7 .2 ASSIGNMENT OF CONTRACT: ' The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties .
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled , unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of ·
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages .
C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies, if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF
TIME OF COMPLETION of thi s Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public . At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is neces sary 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 hi s 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 pro secution of the work in an acceptable. manner and at
a satisfactory rate of progress. All equipment, tools , and machinery used for handling
materi'als 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 an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes,
or delays of sub-contractors due to such causes.
C7-7(3)
. ,r
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: T.he Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material, if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred . by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of. the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is · an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal,· the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents .
. The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be ·deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35.00
$ 5,001 to $ 15,000 inclusive $ 45.00
$ 15 ,001 to $ 25 ,000 inclusive $ 63 .00
$ 25 ,001 to $ 50,000 inclusive $ 105.00
$ 50,001 to $ 100,000 inclusive $ 154.00
$ 100,001 to $ 500,000 inclusive $ 210 .00
$ 500,001 to $1,000,000 inclusive $ 315.00
$1,000,001 to $2,000,000 inclusive $ 420.00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.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
respon sible.
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 intere st ·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 nece ssary 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 tbe
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 inaoility of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor, materials, and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and · sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
•
•
c . Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations.
d. Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents .
g. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
j. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension oi;der 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)
-
1i -
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 term s of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C?-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:
5 .
6 .
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.
complete performance of such work as shall not have been
terminated by the notice of termination; and
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 lfrom the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
C. TERMINATION CLAIM: Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
D. AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided, that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7.16(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;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
'
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3 . the agreed price for, or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not ·
otherwise recovered by or credited to the Owner.
G. ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with · the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion .
H. NO LIMITATION OF RIGHTS : Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7.14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7 .17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury, including death, or damage
in connection with the work.
C7-7(11)
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantit:J.es of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and item
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents .
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finishing costs, overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other clauses, delays,
profits, injuries, damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment , appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work o.r from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph C5-5.14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents , trademarks, copyrights, or other legal reservations,
C8-8(1)
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to . the final acceptance of the work by
the Owner shall in no way con stitute an acknowledgment of the acceptance of the work,
material s, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfection s, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The . Owner shall be the sole judge of such defects, imperfections, or damage , and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8.5 PARTIAL ESTIMATES AND RETAINAGE: Between the 1st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month , or estimate period
under the Contract Documents . Not later than the 10th day of the month , the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90 % of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000.00, or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25)
days after the regular estimate period. The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperi shable 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 basi s 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 reserve s 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 bas 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.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
. allocated under various bid items in the Proposal to establish unit : prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8 .13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda, modifications, shop drawings and samples at the
C8-8(4)
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)
;
' 1
J
i
-
-
-
-
-
-
-
-
-
-
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
B.
C .
D.
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 inaterials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the net
voice value thereof. The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate .
For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent
(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay·estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents .
The City reserves the right . to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions ofthis contract.
Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg . 1
E. C6-6.12 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE fLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence . In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense , the
Owner, its officers, servants and employees , from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniury. damage or death is caused, in whole or in part, by the negligence or alleged
negligence of Owner, its officers, servants, or employees. Contractor likewise covenants
and agrees to indemnify and hold harmless the Owner from and against any and all injuries
to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of
this Contract, whether or not any such iniury or damage is caused in whole or in part
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In · the event Owner receives a wr~tten claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Sectio n
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
G.
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered, increased or decreased at the unit prices
as established in the contract documents . Nio allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents .
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
C3-3. l 1 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 teri 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
contractoes 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.
I.
I
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) 1s
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 a_ction of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks, copyrights; or other legal reservations, and for completing the work
in an acceptable manner according to the terms of the Contract Documents .
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
C8-8.10 GENERAL GUARANTY: Delete C8-8.10, General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the following:
Neither the final certificate of payment nor ~ny 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 .
K.
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent that
the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2.
Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7, C2-2.8 and C2-2.9 with the
following:
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
must have .the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project as
designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P.O. Box 17027, Fort Worth, Texas
76102 .
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals . After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
. Owner, be returned unopened .
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided , such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further, that the City
Manager is satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight ( 48) hours after the proposal
opening time, no further consideration will be given to the proposal
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.
I
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on .
obligations permitted or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein .
2. Pg. C3-3(5) Paragraph C3-3.l 1 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
I
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 no'rmal 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 ofthis article. City shall give subcontractor reasonable advance notice
of intended audits .
( c) Contractor arid s,ubcontractor 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
-
-
-
-
M.
2, More than 50 copies -85 cenfs for the first page plus
fifteen cents for each page thereafter
SITE PREPARATION:
The Contractor shall clear rights-of-way or easements of obstruction which must be
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6. l O work
within easements, page C6-6(4), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe.
N. Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
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 federai 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.
. .
WAGERATES: Section C3-3.13 of the Ge11~ral 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 accordan,ce 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 ac,rual per diem wages paid to each worker. These records shall be open at all
reasonable hours (or inspection by the City. The provisions of Section C-1, L. Right to
Audit (Rev'.~9/30/02) pirtain t9 this inspection.
( c) The contractor shall include in.its sµbcontracts and/or shall otherwise require -~11 of its
subco_ntractors tp comply with paragra,_phs (a) and (b) above.
(d) \Vith .. ~~ch partial p11ymeµt estimate, or payroll period, whichever is 1¢ss, an affidavit
st~ting that .the qontractbr ij~s complieg wit~ the requirements of Chapter 2258, Texas
Qoyernmerit Codei .
Jhe coµtragtpr §ha)l pgst t11~_prevailing wage rates in a conspicucms place at the site of the
p~~ject-~! a]. tfuieJ.1
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 .
0-7 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
0-12 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 BID QUANTITIES ............................................................................................. : ............ 11
D-17 CUTIING OF CONCRETE ............................................................................................ 11
D-18 PROJECT DESIGNATION SIGN ................................................................................... 11
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................ 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ......................................................... 12
D-21 CRUSHED LIMESTONE BACKFILL .............................................................................. 12
D-22 2:27 CONCRETE ........................................................................................................... 13
D-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION ........................................... 13
0-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .................. 15
D-26 SANITARY SEWER MANHOLES .................................................................................. 16
D-27 SANITARY SEWER SERVICES .................................................................................... 19
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20
D-29 DETECTABLE WARNING TAPES ................................................................................. 23
D-30 PIPE CLEANING ............................................................ , ............................................... 23
D-31 DISPOSAL OF SPOIUFILL MATERIAL ......................................................................... 23 -D-32 MECHANICS AND MATERIALMEN 'S LIEN ................................................................... 23
D-33 . SU~STITUTIONS ........................................................................................................... 23
0-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER. .............. 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ................................ : ........... 27
D-36 BYPASS PUMPING· ....................................................................................................... 28
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............ 28
D-38 SAMPLES AND QUALITY CONTROL TESTING ......... : ................................................. 30
D-39 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31
D-40 . INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .......................... 32
D-41 PROTECTION OF TREES, PLANTS AND SOIL ........................... : ............................... 32
D-42 SITE RESTORATION .................................................................................................... 32
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................ 33
D-44 TOPSOIL, SODDING , SEEDING & HYDROMULCHING ............................................... 33
D-45 CONFINED SPACE ENTRY PROGRAM ................ : ...................................................... 38
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .............................. 39
D-47 EXCAVATION NEAR TREES (WHERE 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
0-50 EXPLORATORY EXCAVATION (D-HOLE) ............................................ : ...................... .40
0-51 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
0-52 SPRINKLING FOR DUST CONTROL ........................................................................... .47
D-53 DEWATERING .............................................................................................................. 47
0-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... .47
D-55 TREE PRUNING ............................................................................................................ 47
0-56 TREE REMOVAL ........................................................................................................... 48
D-57 TEST HOLES ................................................................................................................. 48
0-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION .......................................................................................................................... 49
0-59 TRAFFIC BUTTONS ...................................................................................................... 49
0-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50
D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50
D-62 CONSTRUCTION STAKES ........................................................................................... 50
0-63 EASEMENTS AND PERMITS ........................................................................................ 50
0-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51
D-65 WAGE RATES .............................................................................................................. 51
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 53
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPf;RATIONS OF' '
EXISTING WATER SYSTEMS ...................................................................................................... 55
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD ................................................... 56
0-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56
0-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57
0-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................ 57
02/09/2010 SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C -General Conditio"ns and Part C 1 -
Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is
-. additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions
to Part C of the Contract · are to be read ·together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
-
FOR : 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9)
PART IV -Group 9C
FORT WORTH, TEXAS
CITY PROJECT NO . 00983 , DOE No. 5924
WATER DEPARTMENT PROJECTS NO . P253-541200-60917-0098383
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. SpecialCond~ons
The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications , with latest rev isions, are made a part of the
General Contract Documents for this project. The Plans , these Special Contract Documents and
the rules, regulations , requirements, instructions, drawings or details referred to by manufacturers
name , or identification include therein as specifying , referring or implying product control ,
performance, quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore , work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work .
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions :
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
02/09/2010 SC-3
PART D -SPECIAL CONDITIONS
2 . STANDARD 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-o ut 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
con~ract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL:
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered ,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place . The mere fact that
a proposal was dispatched will not be considered . The Bidders must have the proposal
actually delivered . Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division, PO Box 17027, Fort Worth, Texas 76102.
B. WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals . A request for non-consideration of a
proposal must be made in writing , addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals . After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may, at the option of the Owner, be returned unopened .
C . TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals , provided
such telegraphic communication is received by the Purchasing Manager prior to the said
proposal opening time , and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time. If such confirmation is not received
within forty-eight (48) hours after the proposal opening time , no further consideration will be
given to the proposal.
02/09/2 010 SC-4
-
-
-
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination' purposes, weekly meetings at the job site may be required to maintain the project
on the desired schedule. The contractor shall be present at all meetings .
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions:
1. Certification of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure is~ued by the commission , or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
2. Duration of the project -includes the time from the beginning of the work on the project .
until the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
3. Persons providing services on the project ("subcontractor" in §406.096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project , regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees. This includes , without
limitation, independent contractors, subcontractors , leasing companies, motor carriers ,
owner operators , employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing ,
hauling, or delivering equipment or materials, or providing labor, transportation , or other
services related to a proje.ct. "Services" does not include activities unrelated to the project ,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.
B. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401 .011 (44) or all employees of the Contractor
providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended ,
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity:
1. A certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
02/09/2010 SC-5
PART D -SPECIAL CONDITIONS
2. No later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage , if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F. The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall 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 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 beg inning work on the project, a ce rt ificate of
coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
3 . Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project ;
4 . Obtain from each other person with whom it contracts , and provide to the Contractor:
a.) A certificate of coverage, prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage , prior to the end of the
coverage period , if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writ ing by certified mail or personal delivery, within ten
(10) days after the person knew or should have known , of any change that materially
affects the provision of coverage of any person providing services on the project; and
02/09/2010 SC-6
-
-
PART D -SPECIAL CONDITIONS
7l 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 ent ity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J . The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules . This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population. The text for the notices .
shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance . This includes
persons providing, hauling , or delivering equipment or materials, or providing labor or
transportation or other service related to the project , regardless of the identity of their employer
or status as an employee ."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage , to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate, for a period of time,
existing lines . The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines .
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel , the sanitary sewer or sanitary· sewer service line shall be made watert ight 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 Ouctile Iron
Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping. Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps . Backfill,
fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work , the
cost of which shall be included in the price bid in the Proposal for each bid item .
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or
to show them in their exact location . It is mutually agreed that such failure shall not be co nsidered
sufficient basis for claims for additional compensation for extra work or for increasing the pay
quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities ,
service lines, or other property exposed by his construction operations . Contractor shall make all
necessary prov isions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles , gas lines , telephone cables , utility
services, water mains , sanitary sewer lines, electrical cables , drainage pipes, and all other utilities
and structures both above and below ground during construction. It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction. The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION WILL
BE ALLOWED .
Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction , or
better, unless otherwise shown or noted on the plans, at his own cost and expense . The
Contractor shall immediately notify the Owner of the damaged utility or service line. He shall
cooperate with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent , location , and depth; they are shown on the
plans as the best information available at the time of design, from the owners of the utilities
involved and from evidences found on the ground.
D-17 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
02/09/2010 SC-8
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads. The Contractor shall not, at any
time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City.
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
construction operation .
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the
"Street Use Permit" a traffic control plan is required . The Contractor shall .be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways ," codified as Article 6701d Vernon's 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
begln until the traffic control plan has been reviewed and approved , the Contractor's time will begin
in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the
Contractor ..
The Contractor will not remove any regulatory sign, instructional sign, street name sign or other
sign, which has been erected by the City. If it is determined that a sign must be removed to permit
required construction, the Contractor shall contact the Transportation and Public Works
Department, Signs and Markings Division, (Phone Number 817-392-7738) to remove the sign . In
the case of regulatory signs , the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly
or if it does not meet the required specifications, the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place unt il such
reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas."
The lump sum pay item for traffic control shall cover design and / or installation, and maintenance
of the traffic control plan .
02109/2010 SC-9
PART D -SPECIAL CONDITIONS
0-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area .
0-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect ·
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
0-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
0-12 WATER FOR CONSTRUCTION .
The Contractor at his own expense will furnish water for construction .
0-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance ·and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
0-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted w~rk 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, ori the next
estimate .payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed.
No more than seven days shall elapse after completion of construction before the roadway, right-
02/09/2010 SC-10
-
PART D -SPECIAL CONDITIONS
of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
· a final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance. The City of Fort Worth shall give final acceptance of the
completed project work.
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches, painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus.
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES."
2. Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm , except back hoes or dippers, and insulator links
on the lift hook connections.
3. When necessary to work within six feet of high voltage electric lines, notification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers, de-_
energize the lines, or raise or lower the lines. The work done by the power company shall
not be at the expense of the City of Fort Worth. The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case.
4 . The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense .
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D-16 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities . There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to · renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4 .3 conflicts with this provision, this provision controls . No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
D-17 CUTTING OF CONCRETE
When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be
subsidiary to the unit cost of the respective item.
D-18 PROJECT DESIGNATION SIGN
02/09/2010 SC-11
•
PART D -SPECIAL CONDITIONS
Project signs are required at all locations . It shall be in accord,;mce with the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts .. The Engineer shall approve the
exact locations and methods of mounting. In addition to the 4' x 8' project signs , project signs
shall be attached to barricades used where manhole rehabilitation or replacement is being
conducted. Signs suspended from barricading shall be placed in such a way that signs do not
interfere with reflective paint o·r 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 ori 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 requiremen t s of E2-2
Excavation and Backfill, Construction Specifications, General Contract Documents .
02109/2010 SC-12
-
PART D -SPECIAL CONDITIONS
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of
Backfill Materials, Construction Specifications, and General Contract Documents .
D-22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures STR-028,STR-029 and STR-031 refer to using 2:27 Concrete as base repair.
Since this call-out includes the word "concrete", the consistent interpretation of the Transportation
and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of
concrete .
D~ 23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within
easements, and within existing or future R.O .W . shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein .
1. TRENCH EXCAVATION : In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be
required to support the pipe with an improved trench bottom . The expense of such remedial
measures shall be entirely the Contractor's own. All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements, and any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P.I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth of
the various test holes. If excavated material is obviously granular in nature, containing little or no
plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D"
Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material
is not suitable, Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general, all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces, lumps of
clay, soil, loam or vegetable matter and shall meet the following gradation:
02/09/2010 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P.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. D698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
'described above must be within +-4% of its optimum moisture content.
The City, at its own expense, will perform trench compaction tests per A.S .T.M. standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City . These soil density tests shall be performed at two (2) foot vertica l intervals
beg.inning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested . No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench . safety system for tests conducted by the City.
4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe.
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness, etc., to existing pavement as
detailed in the Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts, Figures STR-028 through STR-031.
The results of the street cores that were conducted on the project streets, to determine HMAC
depths on existing streets, are provided in these specifications and contract documents .
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 requ ired n!laterials as shown on paving
details, compacted and level with the finished street surface. This finished grade shall be
maintained in a serviceable condition until the paving has been replaced. All residential driveways
shall be accessible at night and over weekends.
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width .
Therefore, at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve (12) inches outside
the trench wall nearest the center of the street to the gutter line .
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving . If paving conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at the earliest possible date.
A permit must be obtained from the Construction Services Section by the Contractor in
conformance with Ordinance No . 3449 and/or Ordinance No. 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction. This permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section.
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A. GENERAL: This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of
this item govern all trenches for mains, manholes , vaults , service lines, and all other
appurtenances; The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety.
C. DEFINITIONS:
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen (15) feet.
2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical surfaces between
levels.
02/09/2010 SC-15
PART D -SPECIAL CONDITIONS
3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation.
4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes " or
"trench shields ". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure . Shields can be permanent st ructures
or can be designed to be portable and move along as the work progresses . Shields can be
either pre-manufactured or job-built in accordance with OSHA standards .
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins. Shoring systems are generally comprised of cross -braces, vertical rails, (uprights},
horizontal rails (wales) and/or sheeting .
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment · or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools ,
materials , equipment and incidefltals 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 Material~ 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
surround ing ·ground. Backfill shall provide a uniform slope from the top of manho le 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 .
02/0912010 SC-16
-
-
PART D -SPECIAL CONDITIONS
Manholes in open fields, unimproved land, or d riainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches ajjove grade.
' '
5. MANHOLE COVERS : All lids shall have pick slots in lieu of pick holes . Manhole frames
and covers shall be PAMREX, or approved equa l, with 30-inch clear opening . Covers shall
set flush with the rim of the frame and shall have no larger than 1 /8-inch gap between the
frame and cover. Bearing surfaces shall be machine finished . Locking manhole lids and
frames will be restricted to locations within the 100-year floodplain and areas specifically
designated on the plans .
6 . SHALLOW CONE MANHOLES : Shallow manhole construction will be used when manhole
depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with
Figure 105 . All shallow cone manholes shall have a cast iron lid and frame with pick slots .
NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED ..
7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole.
8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy , Koppers "Bitumastic Super Service Black " Tnemec "46-
450 Heavy Tnemecol / or equal to, a minimum or 14 mils dry film thickness .
9 . MANHOLE JOINT SEALING : All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department , excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal,
Ram-Nek , E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross -sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or
any other chemical action for either its adhesive properties or cohesive strength . The Joint
sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years .
B. EXECUTION :
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhqle frame
shall be sealed with the above-specified materials . All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand, mud, or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations. The protective wrapper shall remain on the joint
sealant unt il 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 rest ing 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 sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of t he frame
and grade rings . Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced. Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section . Pre-cast concrete rings, or a pre -cast concrete
flattop section will be the only adjustments allowed .
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame . If the walls or cone section below this level are structurally unsound ,
notify the Engineer prior to replacement of the grade rings and manhole frame . Existing
brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense .
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris.
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames , a flat top section shall be installed .
Joint surfaces between the frames, adjustment rings, and cone section shall be free of dirt,
stones , debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint, or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opp9site
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 stra ight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation .
3. EXPOSED EXTERIOR SURFACES : All exposed exterior surfaces shall be coated With
two mop coats of coal tar epoxy . Kopper "Bitumastic Super Service Black"; Tnemec "46-
450 Heavy Tnemecol ", or equal , to a minimum of 14 mils dry film thickness.
4 . The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling ..
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall inclu9e 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.
02/0912010 SC-18
-
-
PART D -SPECIAL CONDITIONS
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole, including , but not limited to, excavation ,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating.
Payment shall not include pavement replacement, which if required, shall be paid separately.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole, including but not
limited to, joint sealing , lift hole sealing , and exterior surface coating .
Payment for concrete collars will be made per each. Payment for manhole inserts will be
made per each .
D-27 SANITARY SEWER SERVICES
Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be
required as shown on the plans, and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps. The
service connections shall be constructed by the Contractor utilizing standard factory manufactured
tees . City approved factory manufactured saddle taps may be used, but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case-by-case
basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required . Severed service
connections shall be maintained as specified in section C6-6 .15.
D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees . The tap shall be · 1ocated so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price bid for Sanitary
Sewer Taps . Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet
of service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps.
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line. If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line, all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-routing, whether on public
or private property, the City shall provide line and grade for the sewer service lines as shown
on the project plans. Prior to installing the applicable sewer main or lateral and the necessary
service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations
02109/2010 SC-19
PART D -SPECIAL CONDITIONS
(shown on the plans) at the building clean-out and compare the data with the elevation at the
proposed connection point on the sewer main, in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also
be verified at all bend locations on the service re-route . All applicable sewer mains, laterals
and affected service lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied. If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans, the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied . Prior to backfilling , the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense, shall be required to uncover any
sewer service for which no grade verification has been submitted . All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense. The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code. Connection to the existing sewer service line shall
be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling
A.S .T.M . C-425 with series 300 stainless steel compression straps. The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line.
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property. Furthermore , the contractor shall utilize the services of
a licensed plumber for all service line work on private property. Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route.
Payment for work and materials such as backfill, removal of existing clean-outs, plugging the
abandoned sewer service line , double checking the grade of the installed service line , pipe
fittings, surface restoration on private property (to match existing}, and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way. Payment for all work and material involving the "tap" shall be included in the price bid for
J sanitary sewer service taps .
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans , and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1.5 Salvaging of Material and E2-2.7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
Condition.
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 material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade .
C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1.5 Salvaging of Materials. The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade .
D. SALVAGE OF EXISTING GATE VALVE: Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade . If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade.
E. ABANDONMENT OF EXISTING GATE VALVE: Existing gate valve and box lid shall be ·
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade .
F. ABANDONMENT OF EXISTING VAULTS: Vaults fo 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 . Payn;ient 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 .
02109/2010 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 existing water mains/services or sanitary sewer mains/services
in order to abandon these lines. Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required.
J. REMOVAL OF EXISTING PIPE: Where removal of the existing pipe is required , it shall be the
Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard . ·
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location.
Payment will be made for salvaging , abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES : Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main, the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main .
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
02/09/2010 SC-22
-
PART D -SPECIAL CONDITIONS
D-29 DETECTABLE WARNING TAPES
Detectable undergrouhd utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc. or approved equal,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall
not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows:
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe . Payment for work such as backfill, bedding, blocking, detectable
tapes, and all other associated appurtenances requ ired shall be included in the unit price bid for
the appropriate bid item(s).
D-30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall
be swept daily and kept clean during installation. A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage. ·
D-31 DISPOSAL OF SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"}, of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a 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
w,th 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 disp.osal 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
1 necessary to procure a satisfactory project. No substitutions will be permitted until the Contracto r
has received written permission of the Engineer to make a substitution for the material, which has
been specified. Where the term "or equal ", or "or approved equal " is used, it is understood that if a
material , product , or piece of equipment bearing the name so used is furnished, it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City. If a product of any other name is proposed for use, the· Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute. Where
the term "or equal ", or "or approved equal" is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose . However, the Contractor shall have the full responsibility of proving that the proposed
substitution is , in fact, equal , and the Engineer, as the representative of the City, shall be the sole
judge of the acceptability of substitutions . The provisions of this sub-section as related to
"substitutions " shall be applicable to all sections of these specifications.
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be
abandoned , removed (except where being replaced in the same location), or rehabilitated (pipe
enlargement, cured-in-place pipe , fold and form pipe , slip-line , etc.}, shall be cleaned , and a
television inspection performed to identify any active sewer service taps,, other sewer laterals
and their location . Work shall consist of furnishing all labor, material , and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television . Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation . The equipment shall
also have a selection of two or more high-velocity nozzles . The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned . Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to
a solid stream . The equipment shall carry its own water tank, auxiliary engines, pumps,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease . If sewer cleaning balls
or other equipment, which cannot be collapsed , is used , special precautions to prevent
flooding of the sewers and public or private property shall be taken . The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2 . CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high-
velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks,
sand, and other materials and obstructions from the sewer lines and manholes . If cleaning
of an entire section cannot be successfully performed from one manhole, the equipment
shall be set up on the other manhole and cleaning again attempted . If, again , successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists , and the cleaning effort shall be abandoned .
02/0912010 SC-24
PART D -SPECIAL CONDITIONS
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily. No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System, the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for
the water meter and related charges for the setup, including the water usage bill. All
expenses shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt, sand, rock, grease, and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned. Passing material from manhole section
to manhole section,· which could cause line stoppages, accumulations of sand in wet wells,
or damage pumping equipment, shall not be permitted.
4. All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City .
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES .
6. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection . Lighting for the
camera shall be suitable to allow a clear picture of the entire periphery of the pipe . The
camera shall be operative in 100% humidity conditions. The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection.
B. EXECUTION :
1. TELEVISION INSPECTION : The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera yiew or interfere with proper
documentation shall be used to move the camera through the sewer line.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized. All television
inspection videotapes shall have a footage counter. -Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed. Accuracy
02/09i2010 SC-25
PART D -SPECIAL CONDITIONS
of the distance meter shall be checked by use of a walking meter, rofl-a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer. 1
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera, under all
circumstances , when it becomes lodged during inspection , shall be incidental to Television
inspection .
2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection . In addition, other points of significance
such as locations of unusual conditions, roots, storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded, and a
copy of such records will be supplied to the City .
3 . PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4. VIDEOTAPE RECORDINGS : The purpose of tape recording shall be to supply a visual
. and audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes. The
Engineer will return tapes to the Contractor upon completion of review . Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections, the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City . If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made.
Also, no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera.
THE TAPES -SHALL BE SUBMITIED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sectiqns 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 .
B. EXECUTION:
1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with
all connections in place. Lift holes shall be plugged, and all drop-connections and gas
sealing connections shall be installed prior to testing.
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole. The plugs shall be installed in the lines beyond the
drop-connections, gas sealing connections, etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed, the level. of vacuum shall be read
after the required test time. The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93 :
02/09/2010
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (10"Hg -9"Hg) (SEC)
Depth of MH . 48-lnch Dia . 60-lnch Dia .
(FT.) Manhole Manhole
0 to 16' 40 sec. 52 sec.
18' 45 sec. 59 sec.
20' 50 sec. 65 sec.
SC-27
PART D -SPECIAL CONDITIONS
22' 55 sec . 72 sec .
24' 59 sec. 78 sec .
26' 64 sec. 85 sec.
28' 69 sec . 91 sec .
30' 74 sec . 98 sec .
For Each 5 sec . 6 sec.
Additional 2'
1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time . Any manhole,
which fails to pass the initial test, must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested . as described above
until it has successfully passed the test.
Following completion of a successful test, the manhole shall be restored to its normal
condition , all temporary plugs shall be removed , all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. Th is price shall include all material, labor, equipment,
and all incidentals , including all bypass pumping , required to complete the test as specified
herein .
D-36 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be
rehabilitated and/or replaced . The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to
discharge sewage into the trenches . Payment shall be incidental to rehabilitation or replacement
of the sewer line .
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an indepentjent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material , and equipment necessary for inspection of the
sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection . Lighting for the camera shall
be operative in 100% humidity conditions. The camera, television monitor, and other
components of the video system shall be capable of producing picture quality to the
02/09/2010 SC-28
PART D -SPECIAL CONDITIONS
satisfact ion 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
02/0912010 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 i returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections, the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made. Also, no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning {hydraulic jet or mechanical cleaner) to
provide video image required for line analysis. The quantity of TV inspection shall be
measured as the total length of new pipe installed. All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection .
The item shall also include all costs · of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all
materials proposed to be used on the project, including a mix design for any asphaltic and/or
Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken. The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto.
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement, and mortar which are
to be used later in the concrete . The Contractor shall provide a certified copy of the test
results to the City.
C. Quality control testing of in-place material on ttiis 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 .
02/09/2010 SC-30
-
-
PART D -SPECIAL CONDITIONS
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site. The ticket shall specify the name of the pit supplying the fill material.
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION : This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations . The temporary
measures shall include dikes, dams, berms , sediment basins , fiber mats, jute netting,
temporary seeding , straw mulch , asphalt mulch, plastic liners, rubble liners , baled-hay retards,
dikes, slope drains and other devices.
B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible-earth material exposed by preparing right-
of-way, clearing and grubbing, the surface area of erodible-earth material exposed by
excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control
measures to prevent contamination of adjacent stre'i3ms, other water courses, lakes, ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms, dikes, dams, sediment basins, slope drains and use of temporary mulches, mats,
seeding, or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution control
features, but are not associated w ith permanent control features on the project. The Engineer
will limit the area of preparing right-of-way , clearing and grubbing , excavation and borrow to be
proportional to the CONTRACTOR'S capability and progress in keeping the finish grading,
mulching, seeding, and other such permanent pollution-control measures current in
accordance with the accepted schedule . Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
· Engineer.
2 . Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams.
3 . Frequent fordings of live streams will not be permitted; therefore, temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams. ;
4 . When work areas or material sources are located in or adjacent to live streams, such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream. Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream .
,
5 . All waterways shall be cleared as soon as practicable of false work , piling, debris or other
obstructions placed during construction operations that are not a part of the finished work .
02/09/2010 SC-31
PART D -SPECIAL CONDITIONS
6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and
reservoirs with fuels, oils , bitumen , calcium chloride, or other harmful materials . He shall
conduct and schedule his operations so as to avoid '.or minimize siltation of streams , lakes
and reservoirs and to avoid interference with movement of migratory fish.
C. MEASUREMENT ·AND PAYMENT: All work , materials and equipment necessary to prov ide
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 prov ide 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.i
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 wo rk will be ·
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
as soon as possible with a tree wound dressing.
By ordinance , the Contractor must obtain a permit from the City Forester before any work
(trimming, removal , or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the
Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture . Payment for negligent damage to public trees shall be
made to the. City of Fort Worth and may be withheld from funds due the Contractor by the City .
To prevent the spread of the Oak Wilt fungus , all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial 1 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.
02109/2010 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 :1atest "City of Fort Worth
I
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 wit hin 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 a ll 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 ca~efully 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 comp letion and final acceptance of the project by the City of Fort Worth .
3. SEEDING
DESCRIPTION : "Seeding" will consist of preparing grour:,d, 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 :
02109/2010 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 within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination:
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total: 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total: 100
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described.
a. Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed .
02/09/2010 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing . Where applicable , the shoulders, slopes , and ditches shall be smoothed after
· seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun .
BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed . If the sowing of seed is
by hand, rather than by mechanical methods , the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods, is not applicable since no seed bed preparation is required.
DISCED SEEDING : Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one ( 1) inch in diameter or they shall be removed . The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45 , Construction
Methods .
The seed , or seed mixture , specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods , seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type . All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as directed to
be seeded , shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45 ,
Construction Methods .
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened .
After the watering, when the ground has become sufficiently dry to be loose and pliable , the
seed, or seed mixture specified , shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained . After planting , the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface
without ruts pr tracks. In between the time compacting is completed and the asphalt is applied ,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth .
The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings , or if Drawings are not included, then MS-2 shall be used . Applications of the
asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard. It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth .
02109/2010 SC-36
-
-
PART D -SPECIAL CONDITIONS
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where
temporary cool season species have been pl~nted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration .
* Slit-seeding , is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4. HYDROMULCH SEEDING :
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes.
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS: FERTILIZER
DESCRIPTION: ''Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications .
MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis . The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fertilizer Law . A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis
represent the percent of nitrogen, phosphoric acid , and potash nutrients respectively · as
determined by the methods of the Association of Official Agricultural Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted
or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS : When ·an item for fertilizer is included in the Drawings and
proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry
and in good physical condition . Fertilizer that is powdered to caked will be rejected.
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site. Measurement will be made only on topsoils secured from borrow
sources.
Acceptable material for "Seeding" will .be measured by the linear foot, complete in place .
· 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 subsidiary to the price of sodding or seeding .
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work . Its price shall be full compensation for excavating (except as noted
below), loading , hauling , placing and furnishing all labor, equipment, tools, supplies, and
incidentals necessary to complete work .
All labor, equipment, tools and incidentals necessary to supply, transport , stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and
will not be paid for directly .
"Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price
per square yard , complete in place , as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod ; for all rolling and
tamping ; for all watering ; for disposal of all surplus materials ; and for all materia ls, 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 "Meas urement"
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 " whtch must meet OSHA requirements for all its employees and
subcontractors at all times during construction. All active sewer manholes, regardless of depth,
are defined by OSHA , as · "permit required confined spaces ". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces .
02/09/2010 SC-38
.....
-
-
-
PART D -SPECIAL CONDITIONS
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
I
7. Prior to the final inspection b~ing 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 hou rs 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 min imum depth of 2 feet.
6. At designated locations shown on the drawings , the "short tunnel" method using Class 51
0.1. 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 rema ining after pipe
installation shall be pressure grouted.
D-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated . The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
D-49 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings
or as directed by the City . Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench. Construction material shall
consist of compacted bentonite clay or 2 :27 concrete . Payment for work such as forming, placing
and finishing shall be subsidiary to the price bid for pipe installation .
D-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall be responsible for verifying the locations of all existing utilities prior to
construction , in accordance with item D-6 . At locations identified on the drawings , contractor shall
conduct an exploratory excavation (D-Hole}, to locate and verify the location and elevat ion of the
existing underground utility where it may be in potential confl ict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility, the contractor shall contact the engineer immediately for appropriate design
modifications.
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6. Payment for
exploratory excavation (D-Hole}, at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation, surface restoration, field surveys , and
all incidentals necessary to complete the work, shall be the unit price bid . No payment shall be
made for exploratory excavation(s) conducted after construction has begun.
D-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 \n 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 casing pipe used shall be 0.375 inch .
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard 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.
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
Engineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an existing main, the . Contractor shall notify the · City Project Manager,
Construction Services, Phone 817-392-8306 , at least 48-hours prior to the required shut
down time. The Contractor's attention is directed to Paragraph C5-5 .15 INTERRUPTION
OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing
as to the location, time, and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection . Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size.
51.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate · the water main from which the
extension and/or replacement is to be connected . This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service.
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items .
. 51.7 Water Services
The relocation, replacement, or reconnection of water services will be required as shown
on the plans, and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing, curb stops
with lock wings, meter boxes, and if required approved manufactured
service branches. All materials used shall be as specified in the Material Standards (E 1-17
& 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 C5-5 .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
wate r 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 sha'llow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings , and corporation stop .
Payment for all work and materials such as backfill , fittings, type K copper tubing, curb stop
with lock wings , service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation .
Payment for all work and materials such as tap saddle (if required), corporation stops , and
fittings shall be included in the price bid for Service Taps to Main.
1. WATER SERVICE RECONNECTION : Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction. The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Ma in 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 mqved 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 wiU 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 all \2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E 1-18A -Reinforced Plastic Water Meter Boxes .
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock w ings 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 service line shall be cleaned and sterilized by using chlorine gas or chlorinated
lime (HTH) prior to installation.
The out-of-service meters shall be removed, tagged and collected by the Cont ractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service, the Contractor shall re-install the meters at the correct
location . The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
02/09/2010 SC-44
-
PART D -SPECIAL CONDITIONS
The temporary serv ice layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed , number of service taps and number of
feed points .
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location.
Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades , all service
connections , removal of temporary services and all other associated appurtenants
required, shall be included in the appropriate bid item .
B. In order to accurately measure the amount of water used during construction , the
Contractor will install a fire hydrant meter for all temporary service lines . Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible . At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used. The inspector will deliver the hydrant meters to the locations .
After installation, the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs . The issued meter is for this specific project and location only.
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
51.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged arid
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein . The City will provide all water for INITIAL cleaning and
sterilization of water lines . All materials for construction of the project , including
appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be ·
measured after 24 hours and shall not be less than 10 parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system . Should a sanitary
sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The
line may not be · placed in service until two successive sets of samples, taken 24 hours
apart, have met the established standards of purity.
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered · to be included in the linear foot bid price of the
pipe .
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary. Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
02/09/2010 SC-45
PART D -SPECIAL CONDITIONS
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse. ·
PAYMENT FOR FIGURE 34 INSTALLATIONS :. Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for 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 mate~ials 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 E 1-7 . 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" sh 611
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 apy 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 fabric on
wire mesh backing as shown on the Drawings .
D. ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings .
8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching . :
10. Place a 3-foot w ide by 4-inch deep cover of mulch over the ,rench 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
utilities and private property including, but not limited to, water and sewer services, pavement,
fences, walls, sprinkler system piping , etc., at no cost to the Owner. All costs for tree removal,
including temporary service costs , shall be considered subsidiary to the project contract price and
no additional payment will be allowed.
D-57 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils , including the amount of
rock , if any , through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders , and any bidder on this project shall submit his bid under this condition .
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means , shall be left to the
discretion of such prospective bidders .
If test borings have been made and are provided for bidder's information, at the locations shown
on the logs of borings in the appendix of this specification , it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same, either in character, location , or elevation , as shown on the boring logs .
It shall be the responsibility of the bidder to make such subsurface investigations, as he deems
necessary to determine the nature of the material to be excavated . The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances , if required , shall be included in
the linear foot bid price of the pipe .
0210912010 SC-48
-,
PART D -SPECIAL CONDITIONS
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUQTION
Prior to beginning construction on any block in the project, the contractor shall, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction . The notice shall be prepared as
follows:
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity · on each block in the project area. The flyer shall be prepared on the Contractor's
letterhead and shall include .the following information: Name of Project, City Project No (CPN}.,
Scope of Project (i.e. type of construction activity), actual construction duration within the block,
the name of the contractor's foreman and his phone number, the name of the City's inspector and
his phone number and the City's after-hours phone number. A sample of the 'pre-construction
notification' flyer is attached .
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed . The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) ptior 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 ite.m. In the event that the contractor prefers for the Signals, Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred, both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
02/09/2010 SC-49
PART D -SPECIAL CONDITIONS
D-60 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or repla ded , the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways , streets, sidewalks, etc . whenever possible. When it is not
possible , the cleanout stack and cap shall be cast iron .
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts .
D-61 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base . The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair . Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item .
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized. The paving contractor shall assume maintenance responsibility upon
such mobilization. No additional compensation shall be made for maintaining the temporary
pavement.
D-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 prev~nt the proper prosecution and control of the
work contracted for in the Contract Documents, it shall be the Contractor's responsibility , at the
Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to
lack of replacement of construction stakes will be accepted , and time will continue to be charged in
accordance with the Contract Documents.
D-63 EASEMENTS AND PERMITS
The performance of this contract requires certain · temporary construction, right-of-entry
agreements, and/or permits to perform work on private property .
The City has attempted to obtain the temporary construction and/or right-of-entry agreements for
properties where construction activity is necessary on City owned facilities , such as sewer lines or
0210912010 SC-50
-
PART D -SPECIAL CONDITIONS
manholes. For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to peginning 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 shaUbe allowed on this pay item.
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule, including construction start date, and answer any construction related
questions .. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-65 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall cor:nply 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.
02109/2010 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be reta ined 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 claiman ts as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation.
Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258.023, Texas Government Code , including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant to paragraph ( c) above .
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration . The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction .
Records to be Maintained.
The contractor and each subcontractor shall, for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract ; and (ii) the
actual per diem wages paid to each worker . The records shall be open at all reasonable hours for
inspection by the City . The provisions of the Audit section of these contract documents shall
pertain to this inspection .
Pay Estimates .
With each partial payment estimate or payroll period , whichever is less , the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258 , Texas
Government Code .
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times .
Subcontractor Compliance.
The contr~ctor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
(Attached)
02/09/2010 SC-52
-
-
PART D -SPECIAL CONDITIONS
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61 , Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law , ordinance , regulat ion or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but
which may become friable upon removal, demolition and/or disposal. Consequently , if the
removal/ disposal process renders the ACP friable , it is regulated under the disposal
requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state, as defined by the NESHAP , it can be
disposed as a conventional construction waste . The Environmental Protection Agency
(EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced
to powder by hand pressures .
C. The Generator of the hazardous material · is responsible for the identification and proper
handling , transportation, and disposal of the material. Therefore , it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable. The Excavator is
responsible to employ those means, methods, techniques and sequences to ensure this
result.
E. Compliance with all aspects of worker safety and health regulations including but not
limited to the . OSHA Asbestos Standard is the respons ibility 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 Activity). 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/permitti ng/water
perm/wwperm/construct.html. Soil ~tabilization 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 m a nual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that, if properly utilized, can minimize the need
for physical controls and possible reduce costs . The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NO i ) 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 consisti ng 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 .
02/0912010 SC-54
-
PART D -SPECIAL CONDITIONS
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GR.EATER 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 subm it 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 stab ilization has been achieved on all
portions of the site that is the responsibility of the permittee , or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However,
a TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above . A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities . The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
· pollution and will be included in the contract documents . The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include, but not be limited to , silt fences , straw bale dikes , rock berms,
diversion dikes, interceptor swales , sediment traps and basins, pipe slope drain, inlet protection,
stabilized construction entrances, seeding, sodding , mulching , soil retention blankets, or other
structural or non-structural storm water pollution controls . The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP .
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City's representative . The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project , the Contractor must coordinate this activity
through the appropriate City representative . The Contractor shall not operate water line valves of
existing water system . Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition , the Contractor will assume all liabilities and responsibilities as a
result of these actions.
02/0912010 SC-55
PART D -SPECIAL CONDITIONS
D-69 ADDITIONAL SlfBMITIALS FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City , in sole discretion may require,
includ ing but not limited to manpower and equipment records, information about key personnel to
be assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparen t low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame. Based upon t he City's
assessment of the submitted information , a recommendation regarding the award of a contract will
be made to the City Council. Failure to submit the additional information if requested may be
grounds for rejecting the apparent low bidder as non-responsive . Affected contractors will be
notified in writing of a recommendation to the City Council.
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failure to ma intain the contract
schedule, the following process shall be appl icable :
The work progress on all construction projects will be closely monitored . On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example: 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken:
1. A letter will be mailed to the contractor by certified mail , return receipt requested
demanding that, within 10 days from the date that the letter is received , it provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time . In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time .
2 . The Project Manager and the Directors of Water Department, and Department of
Transportation and Public Works will be made aware of the situation . If necessary, the
City Manager's Office and the appropriate city council members may also be informed.
3. Any notice that may , in the City's sole discretion , . be required to be provided to
interested individuals will distributed by the Water Department's Public Information
Officer.
4 . Upon receipt of the contractor's response , the appropriate City departments and
directors will be notified . The Water Department's Public Information Officer will, if
necessary, then forward updated notices to the interested individuals .
5. If the contractor fails to provide an acceptable schedule or fails to perform sat isfactorily
a second time prior to the completion of the contract , the bonding company will be
notified appropriately .
0210912010 SC-56
-
PART D -SPECIAL CONDITIONS
D-71 AIR POLLUTION WATCH DAYS .
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS ". Typically, the
OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00
a.m. -10 :00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE 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. However, the Contractor may begin work prior to 10 :00
a.m . if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG .
'
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m. -6 :00 p.m ., on a designated Air Pollution Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month.
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of
way. Permit will not be issued without a traffic control plan sealed and signed by a registered
professional engineer licensed to practice in the State of Texas . Failure to acquire the proper
permit and permission may result in a fine of $500/day to the contractor performing the work.
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract
cost and no additional compensation shall be made.
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
02/0912010 SC-58
-
-
-
02/09/2010
. PART D -SPECIAL CONDITIONS
FORT WORTH ...... _,.,
Date: ____ _
DOE 110. XXXX
Project Kame:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON .--------
BETWEEN THE HOURS OF AND _____ _
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ___________ AT __________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
-----------' CONTRACTOR .
·------------··-· ---·
SC-59
·-·-·-··-
PART D -SPECIAL CONDITIONS
F TEXAS DEPARTMENT OF HEAL TH ~ DEMOLITION I RENOVATION
Q ~ NOTIFICATION FORM
T D H NOTIFICATION# __ ~------
r ' NOTE:: CIRCLE ITEMS THAT ARE AMENDED
0
ff
i
C
e
u
Ii
e
n
I
y
0
T
1) Abalemenl Contractor: _________ ~ ________ TDH License Number. _____ _
Addres.:s : City· Slate: --~:Zip: ___ _ Offica PhO_n_a_N_u_m_be-r :=.,_~-._~~~~~~~~~~:_-:_·_·::J.,...o.,...b--:S-,-lt-e~P-ho_n_e_N_u __ m_b_81'_::_:_:_:_:-_________ _
S-rte SUpervis<lr: TOH Li~A$e Nvmber: -------------
Sit& SUpel"llioor: TOH LicellSe Number:'-"-------------Trained On-Site NESHAP lndividual: ______________ Certi'fic.ition P:.ite: ______ _
Demolition Conlractor : _______ -,--.....,..._..,.,,. __ omce Phone N.umber~.,.._-----=-----Ad~@$s; __________ ---'-___ Cily : _________ Ste1e ; __ --'Zip;. ___ _
2) Project Consultant or Operator~· ----~----------TOH LicertSs Number:. _____ _
Mailing Addfess:---------------------=--------,---------Clty: Slate: ___ Z!ip ·,_ ____ Office Phone Number: ... ·_...._ _____ _
A 3} facllityOwner. ______________________________ ~-~
H .Altontion : ____________________ ~--------------
P Mailing Add ress;·------~-------------=----=---,---,-----------
A City: Siate: Zi_p· Ovmer Phone Number._{ _.) ______ _
·~
E
$
H
A p
.. Noto: 'rho lnvoieo f<lr thu notlfi cation fee wlll be s:ent to th .e owner ot the, bulldll'lg an Cl ttic bfllll\g .1Cf.drcs.s tor the lnvOica wlll be
obt11lnod from tho ln(Ofm~tion that ls Pfovidoo In thfs :sectlon.
4) Descrfptioo <lr Faeitity Name:'-------------....... -----------------
Physical Adclress ; ____ ~ _______ County: City=-------'---'Zip;~---
Facllity Phooe Number Facility Cont.act Person :_~-----------
Desc(iplion of Area/Room Number:·-----=------=~-------------Prior Use ;._ ------~-------'FUIU18 Use: ________________ _
Age Qf Buildirlglfacllity : _____ Sim:. ___ ~Nurnber of Floor$~· ____ Sdlool {K • 12): a YES D NO
D 5) T)'J)G of Worlc O Dernolition o· Renovallon (Abatement) a Annual Consolidated
T Work will be during: Cl Oay D Ev ening D Night ::: Ptiassd Project '
CJ Description of work schedufe: _______________ ~~------------H
6) rs this a Public Build!nQ? o YES o NO Fede.ral Fac1Hty1 D Y.ES EJ NO Industrial Site? DYES O NO
D NESHAP-Only F~cillty? D YES D NO Is Building/Facility Occupied? 0 YES CJ NO
L
V
i
0
1'
a
ti
Q
ti
?
0
y
E ·s ,,
02/09/2010
7) No-1ification Type CHECK ONLY ONE
IJ Original (10 Working Days} :J Cance(Ja'(ian D Amendment D EmergcncyfOrdcrcd
If this is an amMdmE!1it, which amendmen1 nu mber Is thls?_ {Enclose copy of orig 111.11 and/or la.st amendment)
If er'! emergency, vlho did you talk with at TOH? Emer9ency#;~--------
Date and Hout <lf Ematggncy (HH/MM.I DPIYY}:-.-,---.-,...,..,..-
Desctiptiol'I of the s1,1dden, uneic;pec(ed event end explanatio n or how the event caused un:safe conditions gr Would cause
equipm-ent damage (~ocnputets . machinery. etc ___________ ~~----------
B) Descc iption Of procedures to be followed In the event that unAXpected as!:Jesto:s ts found or pr~U!;ly non-friatlle
asbest0<5 material becomes aurnblad. pulverized, or reduced to powder :-------------~----
9) Was en Asbes tos survey performed? D YES o NO Date: I I TOH Inspector Li~l'lse No :. ____ _
Anelytical Method : D PLM D TE~t D Assumed TOH Laboral ory License No :,.,-,,--,----
(For TAHPA (public building) projects : an ess1.Jmption mus I be made by a TDH Ucoosed Inspector)
10} Description of planned demoljtion or renovation w01k, type ofmc!terisl, ~d method(s) to be used . .,_· ------
1'1) Dasctiption of \V<Jrk pr.1cfices snd en9lneering controls lo be used 10 prevent emissions of asbes1os ,ii l the
demolitlcn/renova1ion : ____________________________ _
SC-60
-
PART D -SPECIAL CONDITIONS
12) ALL applicable itatns in the rollOWing table must be complete(J : IF NO AS8ESTOS PRESENT CHECK H.ERE r:
Appro;ir;hT•li!t e amount of Check unlt of measurement
Asbestos-Containing Building NlateJial 1-~-..;AE.=.;;l>;,;1t;;:;i.to;;·;.;;:i.,-----1--.---;--._----~=-1
Type
Pipes Suriace, Area
RACM to b e removed
RACM NOT removed
Interior Cate I non-fria bf.e r€1moved
Exlel'iot Cate o I non-fri<i!ble removed
Cete I non -fr iable NOT re_mo ved
Interior Ca! o II non -friable removed
E.ruuic:Jr Cate II non-friable removed
Ca II non -friable ~.Pr .remo.,.ed
RA.CM Off-Facility Component
13} Was~ Tran:spor1er Nam e: ----'------------lOH License Number:------Address : ___________ City: ___ .....;..., ______ sta1e : ___ Zip:. ___ _
Cr;inI~ct Persor1 ; · Phone Numb€1r: ..__...L..---'-------
14} Waste msposal Site Name=-------....,..,--~ ...... -----~~-....... ~---------,----'
. Add ress:._·....,....:...--;."._ ........ ---------__;Cily: -------'---__;; State : ___ .. Zip: ___ _
Telephone: ( ) _ TNRCC Permit Number; _______ _
1 ~) for sl ructurally un.s.ound facilities , attach a eopy of d.ernrirlfiOn order an d iden ti fy GQvemmentaJ Offici al below:
· Naff!&: Reglstratlo n No: ____ .---------
Til!e.,_ .. -,---------------Date of order (MWDDJYY) I I Date order to begin (MM/OD/YY} f I
16) Scltei;!uled Dates of Asbestos Abatement (MM/DOIYY) Start: ....;.,;.__;,__,_I--'--'''----Compl ete ; I f
17) SCheduled Detes DemoUtion/RenoY8-tion (MM/ODNY} Start : . / _ J Cornplet&:. _ _,_/ -"-' ___ _
""Nctei If ihe st.in dale en ihts nclirl e-4'tion e~n n ot bo mot, tho TOH ~ion al or Loca l' Pnigi-am office Must be conlaclsd by
phone prior to th• &larl date. Failure to do so ls ,i vto!3it!on. l:n accOf'@ri GO to TAHP.A,, SodlOI'! 29M1.
I tiereby oerlify 111st all Information I have provided Is correct. oompl€1t.n, and true to tiie best ofmy knowl~d{ji;!. I sckn~ledge
tha t I 211) respons ible far ail aspects ar the notification forrn, iricluding , but not. limi[ing, contenl and submiss ion dates . The
maximum pen elty ($ S1 Q,OQO pe r day per violation .
(Signe !u.te of8ui1,jj119 ~ner/ Operator
or Delegated Consuttant/Contl'actor)
MAILTO:
(PrlntecfNamo) (Date)
ASBESTOS NOTIFICATION SECTION
TOXlC SUBSTANCES CONTROL DIVISION
TEXAS DEPAR1'MENi OF HEALTH
?O BOX 143538
AUSTIN, TX 78714-3536 ·
PH: 512.alat-6600, 14300--57i -5548
{!=ax Nu mtMlr}
"Faxes arc not accepted*
Ft:Jrm APB#S, {la ted 07129/02. Replaces TOH form dated 07113/01 . Fof assistance in c:cmptefing form , c;all HJ00-572 -5548
02/09/2010 SC-61
PART D -SPECIAL CONDITIONS
02/09/2010 SC-62
PART D -SPECIAL CONDITIONS
Concrete Rubber
Crane, Clamshel l. :Backhoe, Derrick,
Orag!J ne, Shovel
Eleclrician
Aagger
Form Buifder-Slruc!ure-s
Form Setter-Paving & Cur:bs
Foundation Drill O eralOf", Crawler Mounted
Foundation Drill O era!or, Truck Mounted
Front End Loader
Laborer-Common
Laborer-Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer O ratoc
RoDer, Ste1!1 Wheel Plan!-Mix Pavements
RoDer, Steel Wheel Olhe;r Flatwheel or
Ta
Source is AGC of Texas
(Hwy. Hvy . utilities Industrial 8 .rancl'l)·
www.access,gpogovld'avi'sbacoru
02/09/2010
$12.85
$13.27
$12.00
$13.63
$12.50
$13.M
$14.50
$10.61
$14. 12
$1.8 .t2
$8.43
$l1 .63
$11 .83
$13.67
$16.30
$12.62
$1>.18
$10.65
$16.97
$11 .83
$11 .58
$f5.20
$14.50
$13.17
$10.D4
$t1 .D4
$11.28
$10.~
$11 .07
$14.Be
$t6.2Q
SC-63
Wagon Drill. Boring Machine, Post Hole
Driller
Welder
Work Zone Barricade Servicer
$12.33
$10.92
$12.60
$12.IH
$12.03
$10.91
$11.47
$11.75
$14.93
$12.08
$14.00
$13.57
$10.0Q
-
-
DA-1
DA-2
DA-3
DA-4
DA-5
DA-6
DA-7
DA-8
DA-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. .4
PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMIT ........................ .4
PIPE ENLARGEMENT SYSTEM -OMIT ........................................................... .4
FOLD AND FORM PIPE -OMIT ......................................................................... .4
SLIPLINING -OMIT ............................................................................. · ................ 4
PIPE INSTALLED BY OTHER THAN OPEN CUT -OMIT ................................. .4
TYPE OF CASING PIPE -OMIT ......................................................................... .4
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR -OMIT ....................... .4
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION -OMIT
4
DA-10 MANHOLE REHABILITATION -OMIT ............................................................... .4
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMIT ......... .4
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -
OMIT 4
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT ........................ .4
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMIT ................ .4
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM -OMIT .............. .4
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY
LINER -OMIT .................................................................................................................... 5
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT ................ 5
DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMIT .............................................. 5
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMIT ........................... 5
DA-20 PRESSURE GROUTING -OMIT ......................................................................... 5
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES -OMIT ........................ 5
DA-22 FIBERGLASS MANHOLES -OMIT .................................................................... 5
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ........... 5
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER ................................... 6
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ........................................... 6
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE .................................... 6
DA-27 GRADED CRUSHED STONES ........................................................................... 7
DA-28 WEDGE MILLING 2" TOO" DEPTH 5.0' WIDE .................................................. 7
DA-29 BUTT JOINTS -MILLED ..................................................................................... 8 .
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) ............................................ 9
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................. 10
DA-32 NEW 7" CONCRETE VALLEY GUTTER ...................................... : ................... 10
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP .................................................... 11
DA-34 8" PAVEMENT PULVERIZATION ..................................................................... 11
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) ............ .' .. 12
DA-36 RAISED PAVEMENT MARKERS .......... ~ ........................................................... 13
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING ..... 13
DA-38 LOADING , TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL.
............................................................................................................................ 18
DA-39 ROCK RIPRAP -GROUT .. FILTER FABRIC .................................................... 18
DA-40 CO.NCRETE RIP RAP .......................................................... · .............................. 22
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS ................................................. 23
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS ................................................. 23
10/23108 ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-43 UNCLASSIFIED STREET EXCAVATION .......................................... ~ .............. 23
DA-44 6" PERFORATED PIPE SUBDRAIN ................................................................. 23
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS .......................................... 25
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION ..................................... 25
DA-47 PAVEMENT REPAIR IN PARKING AREA ....................................................... 25
DA-48 EASEMENTS AND PERMITS ........................................................................... 25
DA-49 HIGHWAY REQUIREMENTS ............................................................................ 26
DA-50 CONCRETE ENCASEMENT ............................................................................. 26
DA-51 CONNECTION TO EXISTING STRUCTURES .................................................. 26
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION ...................... 26
DA-53 OPEN FIRE LINE INSTALLATIONS ................................................................. 27
DA-54 WATER SAMPLE STATION ............................................................................. 27
DA-55 CURB ON CONCRETE PAVEMENT ................................................................ 28
DA-56 SHOP DRAWINGS ............................................................................................ 28
DA-57 COST BREAKDOWN ........................................................................................ 29
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ....................... 29
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................. ., ...... 29
DA-60 ASPHALT DRIVEWAY REPAIR ....................................................................... 29
DA-61 TOP SOIL .......................................................................................................... 29
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ....... 29
DA-63 BID QUANTITIES .............................................................................................. 30
DA-64 WORK IN HIGHWAY RIGHT OF WAY ............................................................. 30
DA-65 CRUSHED LIMESTONE (FLEX-BASE) ............................................................ 30
DA-66 OPTION TO RENEW -OMIT ............................................................................. 30
DA-67 NOilJ-EXCLUSIVE CONTRACT -OMIT ............................................................ 30 .
DA-68 CONCRETE VALLEY GUTTER ........................................................................ 30 .
DA-69 TRAFFIC BUTTONS ......................................................... : ............................... 31
DA-70 'PAVEMENT STR.IPING ....................................................................... : ............. 31
DA-71 H.M.A.C. TESTING PROCEDURES .................................................................. 31
DA-72 SPECIFICATION REFERENCES ...................................................................... 32
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW
PREVENTER/CONTROL VALVE AND BOX ................................................................... 32
DA-74 RESILIENT-SEATED GATE VALVES .............................................................. 32
DA-75 EMERGENCY SITUATION, JOB MOVE-IN ...................................................... 32
DA-76 11/z" & 2" COPPER SERVICES ........................................................................ 32
DA-77 SCOPE OF WORK (UTIL. CUT) ........................................................................ 33
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) ............................................ 33
.DA-79 CONTRACT TIME (UTIL. CUT) .... , .................................................................... 34
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) ....................... 34
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) ......................................... 34
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) ............................................................. 34
DA-83 PAVING REPAIR EDGES (UTIL. CUT) ............................................................. 35
DA-84 TRENCH BACKFILL (UTIL. CUT) ..................................................................... 35
DA-85 CLEAN-UP (UTIL. CUT) .................................................................................... 35
DA-86 PROPERTY ACCESS (UTIL. CUT) ................................................................... 35
DA-87 SUBMISSION OF BIDS (UTIL. CUT) ................................................................ 35
10123108 ASC-2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ...................... · ............... 36
DA-89 CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ................... 36
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) ................................................... 36
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) 37
DA-92 MAINTENANCE BOND (UTIL. CUT) ................................................................ 37
DA-93 BRICK PAVEMENT (UTIL. CUT) ...................................................................... 37
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT) .................................................. 38
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) ............................................ 38
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL.. CUT) .............................. 38
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) .......................................................... 39
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) ............................................................... 39
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL.
CUT) 39
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ......................... 40
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) ............... : .......................... .40
DA-102 PAYMENT (UTIL. CUT) ................................................................................. 40
DA-103 DEHOLES (MISC. EXT.) ... '. ............................................................................ 41
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.) ............................................ .42
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) ................................. 42
DA-106 BID QUANTITIES (MISC. EXT.} ................................................................... .42
DA-107 LIFE OF CONTRACT (MISC. EXT.) ............................................................. .42
DA-108 FLOWABLE FILL (MISC. EXT.) ................................................................... .42
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) ............................................... .43
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ................. .44
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) ................................... 44
DA-112 MOVE IN CHARGES (MISC. REPL.) ............................................................. 44
DA-113 PROJECT SIGNS (MISC. REPL.) ................................................................. .44
DA-114 LIQUIDATED DAMAGES (MISC. REPL.) ...................................................... 45
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ................................. .45
DA-116 FIELD OFFICE ............................................................................................... 45
DA-117 TRAFFIC CONTROL PLAN .......................................................................... .46
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .. .46
DA-119 CATHODIC PROTECTION SYSTEM ............................................................ 46
10/23108 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 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. Award, if made, shall be to the lowest responsible bidder.
The following shall apply fqr contract documents with multiple units of work. Each unit represents
a separate project, each with an individual M/WBE specification and proposal section . The
proposal sections are arranged to allow prospective 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 completion 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 -OMIT
DA-3 PIPE ENLARGEMENT SYSTEM -OMIT
DA-4 FOLD AND FORM PIPE -OMIT
DA-5 SLIPLINING -OMIT
DA-6 PIPE INSTALLED. BY OTHER THAN OPEN CUT -OMIT
DA-7 TYPE OF CASING PIPE -OMIT
· DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR -OMIT
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION -OMIT
DA-10 MANHOLE REHABILITATION -OMIT .
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMIT
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM -OMIT
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM -OMIT
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM -OMIT
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM -OMIT
10123108 ASC-4
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY UNER-OMIT
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM -OMIT
DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMIT
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMIT
DA-20 PRESSURE GROUTING -OMIT
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES -OMIT
DA-22 FIBERGLASS MANHOLES -OMIT
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes and
water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is · available) in the
observation and marking activity. In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly. The following are utility contact
persons:
Company
Fort Worth Water Dept.
ATMOS Gas
TXU Electric
SWBT
Charter Communications
Fort Worth Transportation and Public Works
For other facilities
Telephone Number
817-392-8296
1-866-332-8667
1-800-242-9113
1-800-395-0440
817-246-5538
817-392-6594
1-800-DIG-TESS
Of course, under the terms of this contract, the contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
101231os ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Specificat ions , 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 void shall be filled with
H.M .A.C . "Type D" mix as per specification No . 300 "Asphalts, Oils and Emulsions", Item No . 304
"Prime Coat" and Item No. 312 "Hot Mix Asphaltic Concrete" and compacted to standard City
densities and top soil as per specification item No . 116 "Top Soil ", if needed , shall be added and
leveled to grade behind the curb . Existing improvements within the parkway such as water
meters , sprinkler system, etc. damaged during construction shall be replaced with same or better
at no cost to the City .
Backfill for curb and gutter shall be completed within fourteen (14) calendar days from the day of
demol.ition to date of completiol"!. If the contractor fails to complete the work w ithin fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day .
The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work .
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, d ue 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 suitabte dump site . For
specifications governing this item see Item No . 104 "Removing Old Concrete", Item No. 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No .
S-S5 of the Standard Specifications .
The unit price bid per square yard shall be full compensation for all labor, materia l, equipment,
supplies , and incidentals necessary to complete the work .
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material
that shows surface deterioration and/or complete failure. The Engineer will identify these areas
upon which time the contractor will begin work. The failed area shall be saw cut, or other similar
means , out of the existing pavement in square or rectangular fashion . The side faces shall be cut
vertically and all failed and loose material excavated. As a part of the excavation process, all
unsatisfactory base material shall be removed , if required , to a depth sufficient to obtain stable
10123/08 ASC-6
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
sub-base. The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth. The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shall be hauled off site, the same day as excavated, to a suitable dump site.
After satisfactory completion of removal as outlined above, the contractor shall place the
permanent pavement patch, with "Type D" surface mix. This item will always be used even if no
base improvements are required . The proposed H.M .A.C. repair shall match the existing
pavement section or the depth of the failed material, whichever is greater. However, the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness
will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall
be removed. A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the
surface mix lifts shall not exceed 3 inches with vibrator compactions to follow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth, made in
preparation to accept the recycling process.
All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils , and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work.
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer. The material shall be graded crushed stones.
For specifications governing this item see Item No. 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE
A. Description
10/23108
This item shall consist of milling the existing pavement from the lip of gutter at a depth of
2" and transitioning to match the existing pavement (O" 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
milled surface shall provide a smooth surface free from gouges, ridges, oil film , and other
imperfections of workmanship and shall have a uniform textured appearance. In all
situations where the existing 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 both sides of the street. Details of milling locations are at the back of this document.
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
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
condition, the wedge milling will be shut down,1 and liquidated damage of $500 .00 per day
per street will be assessed until all wedge mill~d streets are overlayed. The overlay, once
begun on a street shall continue uninterrupted 1:mtil complete .
The Contractor shall haul-off the removed material to a suitable dump site.
8. 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 to all inlets,
manholes , or other obstructions within the paved area . The speed of the machine shall be
variable in order to leave the desired grid pattern specified under Surface Texture.
The unit price bid per linear feet shall be full compensation for all labor, material,
equipment, tools, and incidentals necessary to complete the work .
DA-29 BUTT JOINTS -MILLED
A. Description:
This item requires the contractor to mill "butt joints" into the existing surface , in association
with the wedge milling . operation to the depth and at locations as described below. The
butt joint will provide a full width transition section, whereby the new overlay shall maintain
constant depth at the point the new overlay is terminated and the new surface elevation
matches the existing pavement. The construction activities, performance standards and
equipment needed for the butt joints milling operations shall be governed by the special
provisions of Pay Item No. 9 -Wedge Milling. The configuration of the butt joints is
described in more detail below. General details of butt joint locations -along with wedge
milling in general -are shown in plan form at the back of this document.
B. Construction Details
1012310s ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
Prior to the milling of the butt joints, the Contractor shall consult with the · Construction
Engineer for proper location of these joints and verify that the selected limits of the
projects' street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed
in the project and as more graphically detailed at the back of this 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 O" to 2" at a line adjacent to the beginning and
ending points or intermediate transverse items. This butt joint -when overlayed -will
consist of a asphalt section that will transition the new overlay to match the existing
pavement elevation .
The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a
smooth ride over the bump. /
C. Measurement and Payment
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 "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 Concrete",
300 uAsphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt
Concrete" shall apply to the construction methods for this portion of the project.
Standard Specification 312.5 (1~ shall be revised as follows: The prime coat, tack coat, or the
asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit
and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic
material shall also not be placed when the wind conditions are unsuitable in the opinion of the
Engineer.
The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as
necessary.
The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation
for all labor, materials, equipment, tools, and incidentals necessary to complete the work.
10/23108 ASC-9
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 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 w ill 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 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 .
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials , labor, equipment , tools and incidentals necessary to complete the
work.
DA-32 NEW 7" CONCRETE VALLEY GUTTER
This item shall include the construction of concrete valley gutters at various locations to be
determined in field .
Removal of existing, asphalt pavement , concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing
and placing of 2:27 cohcrete base and crushed limestone to a depth as directed by the Eng ineer
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-M ix 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 .
10123/08 ASC-10
-
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 compress jve 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-33 NEW 4" STANDARD WHEELCHAIR RAMP
The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed
details, or as directed by the Engineer.
The removal of existing substandard wheelchair ramps and sidewalk as required for the
installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and
replacement of existing curb and gutter as required for the installation of new wheelchair ramps
shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for
laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1 ). The pay limit will
extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item . Pay limits for "Standard Wheelchair Ramp" will start
15" back from the face of curb and encompass the remainder of the ramp and sidewalk.
All applicable provision of standard Specifications Item 104 "Removing Old Concrete" and Item
504 "Concrete Sidewalk Driveways" shall apply except as here in modified .
All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured
by L.M . Scofield Company or equal. The color hardener shall be brick red color and dry-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 materials , labor, equipment, tools and incidentals necessary to compete
the work .
DA-34 8" PAVEMENT PULVERIZATION
10/23108 ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
Contractor shall pulverize the existing 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 m.aterial to a 95% compaction per City's Standard
Specifications or as directed by the Engineer in the field . A 3 .5% portland cement shall be used to
mix the pulverized material.
If the existing pavement has a combination of 10" H.M.A.C. and crushed stone/gravel , undercut
will not be required , the contracto r will pulverize 1 O" inches, the 2" inch cut will be taken from the
1 O" pulverized material. (see soil test report)
Pulverization shall start within ten (10) calendar days after all concrete work has been comp leted
on a street. If the contractor fails to begin the work within ten (10) calendar days , a $200 dollars
liquidated damage will be assessed per block per day.
After the pulverization material is cured , the contractor shall overlay it with 2 " H .M.A.C . surface
within five (5) calendar days. If the contractor fails to begin the work within five (5) calendar days,
a $200 dollars liquidated damage will be assessed per block per day .
The: unit price bid per sq. yd . shall be full compensation for all labor, material , equipment, tools,
and incidentals necessary to pulverize , remove and store the pulverized material, undercut the
base , mixing , compaction , haul off, sweep, and dispose of the undercut material.
The 2" H .M.A.C . surface will be paid by separate item .
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)
The following specifications are for the furnishing and placing of reinforced concrete pavement or
base as shown on detail and as directed by the Engineer.--
A. GENERAL:
Reinforced concrete pavement or base shall conform to Specification Item No. 314 herein except
for finishing and curing .
B. FINISHING:
The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The
surface shall be flush with the adjacent pavement and shall have a finish similar to the
surrounding pavement. The surface shall be even and shall provide a smooth ride .
C . CURING:
The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing
compound conforming to the requirements of ASTM C-309, Type 2, white-pigmented
compound, which shall not produce permanent discoloration of the concrete . Concrete shall be
allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades.
D. EXECUTION :
10123108 ASC-12
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 reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the
new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before
lapping .
The following work method will be performed on each utility cut:
1. Place safety signs, barricades and/or other warning devices where necessary and as
required.
2. Replace pavement to nearest joint.
3. Mark out the damaged area with keel, chalk line or paint being sure to include all areas
requiring repair.
4. Saw cut along marked lines a minimum of two (2) inches deep.
5. Remove existing concrete .
6. Form joints and place reinforcing steel and Dowel Bars (as required) according to standard
specifications.
7. Place and finish concrete.
8. Clean up job site, removing all debris.
9. Maintain traffic control devices to protect the area until the concrete has cured seven days or
concrete reaches 3000 psi compressive strength.
E. PAYMENT:
Payment shall be made at the unit price per linear foot as shown on the proposal and shall be
full compensation for furnishing all labor, materials, equipment tools and incidentals necessary
to complete the work.
DA-36 RAISED PAVEMENT MARKERS
All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply.
The Contractor shall install standard roadway markers according to city specifications as shown
on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications".
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING
A. GENERAL:
10123/08
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
ASC-13
10123108
PART DA -ADDITIONAL SPECIAL CONDITIONS
being contaminated with petroleum products , whether known or not , these special
conditions are to be followed . The contractor is also to follow all applicable Federal. State
and Local regulations when handling known or suspect contaminated materials (soils}.
1. WORK INCLUDED
a. Excavation , stockpi ling 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 w ill be
required to submit the environmental consultant's experience and qualifications to
the City prior to beginning work in areas of Potentially Petroleum Contami nated
Material.
e . Hiring of qualified environmental sampling professionals that will collect and submit
samples to the applicable City of Fort Worth testing laboratory . The City of Fort
Worth's Department of Environmental Management for coordination of laboratory
testing .
2. REFERENCES
a. All applicable OSHA regulatory requirements .
b. All applicable Environmental Protection Agency (EPA) regulatory requirements .
c. All applicable State of Texas regulatory requirements .
d. All applicable City of Fort Worth (City} regulatory requirements.
e. All applicable NIOSH standards.
f. All applicable TNRCC requirements .
3. SU BM ITT ALS
a. The contractor shall prepare and submit to the City's Department of Environmental
Management, Senior Specialist in Compliance, plans for handling Potentially
Petroleum Contaminated Material (PPCM) not less than 30 days prior to
commencing excavation.
b. The Contractor shall take necessary precautions while performing this project.
Contractor shall not commence PPCM work (1) Contractor's subm ittal 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 .Dame of his proposed qualified environmental
professional consultant(s) and proposed PPCM Handling Plan to the City . The
PPCM Handling Plan shall include the detailed sequence of construction incl uding ·
proposed excavation and handling methods , proposed carriers for contaminated
ASC-14
PART DA -ADDITIONAL SPECIAL CONDITIONS
materials, waste disposal. site, and a list of any permits that may be required for
PPCM handling or contaminated materials disposal. The above data must be
compiled and arranged in a format that is acceptable to the Texas Natural Resource
Conservation Commission (TNRCC).
d. Contractor shall submit actual limits of PPCM excavation, as prepared by his
qualified environmental consultant(s) and testing lab .
e. Contractor shall submit for review the proposed carrier pipe material to be used with
the actual limits of PPCM excavation, including pipe gasket and carrier pipe coating
or liner.
B. PRODUCTS :
1. PIPE GASKET MATERIAL. Materials used within the actual limits of PPCM excavation,
including pipe gaskets, shall be resistant to petroleum hydrocarbon deterioration.
C. EXECUTION:
10/23108
1. POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Areas suspected of having petroleum contaminated material (soils} are shown in on
the engineering drawings .
b. In areas other than those noted on the plans and where potentially petroleum
contaminated materials are either detected or suspected, the City of Fort Worth and
the Engineer should be notified immediately and the work should proceed in
accordance with this section.
2. SCREENING POTENTIALLY PETROLEUM CONTAMINATED AREAS
a. Care should be taken during all excavation and dewatering activities to identify areas
potentially contaminated by petroleum .
b. When a petroleum odor is encountered during excavation or when there is visual
evidence of potentially petroleum contaminated soil, the Contractor shall notify the
Engineer without delay.
c. The Contractor shall have retained the services of an environmental consultant who
shall be present at the site to screen suspect soil with a photo-ionization detector
(PIO) or a flame ionization detector (FID). A reading of 20 ppm above ambient
conditions or greater on PIO or FID tested soil sample will be considered potentially
petroleum contaminated. The soul sample should be a recent sample from the
excavation face. The sample should be stored in a laboratory supplied glass jar with
a teflon gasket lined lid. The City of Fort Worth Department of Environmental
Management will be notified prior to all sample 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-15
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
will not be considered. potentially petroleum contaminated. The PIO or FID shall be
calibrated according to manufactures instructions .
i d. Water encountered during excavation or dewatering shall be considered to be
potentially contaminated if there is a visible sheen, a hydrocarbon odor, adjacent soil
that appears visually to be contaminated by hydrocarbons or at any time the
Contractor has reason to believe that hydrocarbon contamination may have
occurred . The Contractor shall immediately notify the City and the TNRCC
whenever contaminated water is encountered .
a. The Contractor shall contact the City whenever contamination from any source is
suspected.
3. HANDLING POTENTIALLY PETROLEUM CONTAMINATED SOIL (PPCS)
a. Contractor shall coordinate with the City to determine a suitable location for the
stockpiling of contaminated soil. The following procedure shall be followed in
preparing the chosen site:
1. Provide a diked enclosure large enough to hold all material and prevent runoff.
2. The diked area shall be lined with 20-30 mil plastic tp prevent seepage into the
existing soil.
3. At the end of each work day, Contractor shall completely cover stockpile with 20
mil plastic. During the day , the Contractor shall keep the stockpile covered , as
necessary , to prevent release of contaminated materials due to rain or wind.
4. Sampling and evaluation of materials will be performed at the Contractor's
expense . (The City of Fort Worth will provide laboratory services)
b. PPCS shall be handled, tested , observing all standard chain-of-custody procedures
and sampling preservation and analyses shall conform to published and recognized
standards.
c. The stockpiled PPCS shall be sampled and tested every 50 cubic yards for Total
Petroleum Hydrocarbons (TPH) (TX1005) and Benzene, Toulene, Ethylbenzene and
Xylene (BTEX) (EPA 8020). All test results will be forwarded to the City of Fort
Worth Department of Environmental Management.
d . Contaminated soil identified by test results will be disposed of according to DA-36 ,
Loading, Transportation, and Disposal of 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-16
PART DA -ADDITIONAL SPECIAL CONDITIONS
extraction. PPCW shall, if necessary, be treated in an appropriately sized oil/water
separator1 air stripper or GAC canisters. Contractor shall have his testing laboratory
determine that the oil/water separator treated discharge is within the limits
established by the TNRCC's regulations before being allowed to discharge
(discharge to sanitary sewer). Contractor shall be responsible for furnishing the
effluent test reports to the City.
c. Alternatively, the Contractor may d ispose of contaminated water, after appropriate
pretreatment, into the sanitary sewer collection system . It shall be the responsibility
of the Contractor to obtain the necessary permit(s) and to perform all testing required
by the City of Fort Worth Pretreatment Services Division .
d . All treated water shall be discharged into a Contractor supplied Frac Tank, sampled,
and analyzed before discharge into the sewer system . ·
e . The product that is recovered shall be disposed of in accordance with all applicable
regulations . Any phase separate product recovered from the oil/water separator and
air stripper shall be transported in accordance with Department of Transportatibn
rules and regulations for flammable products . When transporting product for
disposal , transportation shall also be performed by a licensed carrier. The
Contractor is responsible for proper manifesting of the material from the site to the
waste disposal facility. Completed Manifests shall be returned to the City
Department of Environmental Management within 90 days of shipment.
5 . HANDLING VAPOR CONCENTRATIONS
a . In order to maintain safe working conditions, the vapor concentrations should not
exce.ed 20 percent of the Lower Explosive Limit (LEL). During construction ,
measures should be taken to maintain LEL levels below 20 percent in all working
areas.
b . To monitor vapor levels and oxygen levels a combustible gas indicator (CGI) with a
LEU02 meter should continuously operate in the working area. The CG I should be
properly calibrated and should have an alarm that sounds if 20 percent LEL is
reached . Monitoring data from the GCI should be recorded periodically to determine
if ventilation or other methods are effective. In the event local health and safety
agencies require more stringent monitoring , the local regulations must be
implemented. ·
D. :MEASUREMENT AND PAYMENT:
10123/08
Payment for handling PPCS , PPCW and Vapor Concentrations, obtaining and paying for
any permits required , hiring the services of a qualified professional environmental
. consultant(s), environmental issues, stockpiling and all issues included and incidental to this
section will be full compensation for all labor, equipment, materials , and supervision .
Measurement and Payment for th is section will be per linear foot of trench excavated where
the excavated material is handled as a contaminated material. No separate payment will be
made for handling of contaminated water, vapor concentrations , sampling, stockpiling , etc.
ASC-17
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 contam inated soils). A bid item has been established in the proposal for the
proper loading , transportation and disposal of the material to a designated site and the
quantity established is the engineers best estimate of the quantity that may be removed.
This quantity may vary depending upon actual conditions and testing results . The unit
price bid will not be increased regardless of the actual amount of material disposed and
may be decreased if a larger volume of material , than that listed in the bid proposal,
results in a unit cost reduction for disposal.
B. WASTE MANIFESTS :
Any and all non-hazardous liquid and petroleum substance waste removed from the site
of generation and transported for treatment and/or disposal must be accompanied by a
· waste shipment record/manifest detailing required generator, transported , desti nation
and waste description information. These results may not be uniform throughout the
entire site. For all petroleum substance waste , the waste shipment record utilized shall
be the TNRCC PETROLEUM-SUBSTANCE WASTE AFFIDAVIT (Form lWC-0332).
The Contractor shall be responsible for obtaining , originating and maintaining manifests
in accordance with federal and state laws. The Contractor shall sign the manifests
forms as Independent Contractor to the Owner. AUTHORIZATION OF PAYMENT FOR
REMOVAL TRANSPORT AND TREATMENT / DISPOSAL OF WASTES IN
CONTINGENT UPON RECEIPT BY THE ENGINEER OF FULLY COMPLETED AND
SIGNED MANlFEST 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. Completed 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 contaminated
ground waters collected ; these costs considered subsidiary to DA-37 , POTENTIALLY
PETROLEUM CONTAMINATED MATERIAL HANDLING . The proposed landfill shall be
included in the Contractor's bid submittal and approved by the City of Fort Worth
Department of Environmental Management prior to contract award. Contractor shall be
responsible for all landfill costs , including , but not limited to landfill fees, transportation
costs and landfill operator requested analytical testing and waste characterization .
DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC
A. GENERAL:
toi23!os ASC-18
-
-
)
B.
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 .
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
protect ion . See cross sections .
C.. PRODUCT:
10/23108
1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to
insure permanence in the structure . It shall be free from cracks, seams and other
defects that would tend to increase deterioration . Rock shall be reasonably well
graded between the following prescribed limits:
24"
Riprap
18"
Riprap
Sieve Size
(Square Mesh)
24inch
18inch
12 inch
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 bulk specific gravity (saturated surface. dry).
3. Fil TER FABRIC BLANKET:
Approved Manufacturer: • Supac -Heavy Grade 8NP (UV)
• Trevira 011/280
• Amoco 4553
• or Equal Heavy Grade
ASC-19
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 follow ing
requirements as delivered to the mixers :
Sieve Designation, U.S.
Standard Square Mesh
3/8 in . (9.5 mm)
No . 4 (4.75 mm)
No . 8 (2 .36 mm)
No . 16 (1.18 mm)
No . 30 (600 um)
No . 50 (300 um)
No . 100 (150 um)
Permissible Limits
Percent by Weight, Passing
100
95-100
80-95
55-75
30-60
12-30
2-10
D. EXECUTION :
10123/08
1. CONSTRUCTION :
a. The channel side slope and the toe excavation shall be prepared to the required
lines and grades.
b. Filter fab ric 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. INSTAL~TION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be
placed in the manner and at the locations shown on the drawings . At the time of
installation , the geotextile shall be rejected if it has defects, rips, holes , flaws ,
deterioration or damage incurred during manufacture, transportation or storage . The
surface to receive the geotextile shall be prepared to a relatively smooth condition free
of obstructions, depressions , debris, and soft or low density pockets of material.
Erosion features such as rills, gullies , etc. must be graded out of the surface before
geotextile placement. The geotextile shall be placed with the long dimension
perpendicular to the centerline of the channel and laid smooth and free of tension ,
stress , folds , wrinkles , or crease.s. The strips shall be placed to provide a minimum
width of 24-inches of overlap for each joint. Temporary pinning of the textile to help
hold it in place until the rock riprap is placed. The temporary pins shall be removed as
the riprap is placed to relieve high tensile stress which may occur during placement of
· material on the geotextile. The specified placement procedure requires that the length
of the geotextile be greater than the actual slope length . The Contractor shall adjust
the actual length of the geotextile used based on in itial installation experience. The
geotextile shall be protected at all times during construction from contamination by
surface runoff and any geotextile so contaminated shall be removed and replaced with
uncontaminated geotextile. Any geotextile damaged during its installation or during
placement of riprap shall be replaced by the Contractor at no cost to the Owner. The
work shall be scheduled so that the covering of the geotextile with a layer of the
ASC-20
10123108
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 shall demonstrate that the
placement technique will prevent damage to the geotextile. In no case shall any type
of equipment be allowed on the unprotected geotextile.
3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in
such a manner as to produce a reasonably well graded mass of rock with the minimum
practicable percentage of voids and shall be constructed within the specified tolerance
to the lines and grades shown on the drawings . Then intent of these specifications is
to require placement of riprap to the thickness shown and to allow isolated stones to
extend as much as six inches above grade. Riprap shall be placed to its full course
thickness at one operation and in such a manner as to avoid displacing the fabric. The
larger stones shall be well distributed and the entire mass of stones in their final
position shall conform to the gradation specified hereinbefore. The finished riprap
shall be free from objectionable pockets of small stones and clusters of larger stones.
The desired distribution of the various sizes of stones throughout the mass shall be
obtained by selective loading of the material at the quarry or other source, by
controlled dumping of successive loads during final placing, or by other methods of
placement which will produce the specified results. Rearranging of individual stones,
by mechanical equipment or by hand will be required to the extent necessary to obtain
a reasonably well graded distribution of stone specified above. The Contractor shall
maintain the riprap protection until accepted. Any material displaced by any cause
shall be replaced at his erosion to the lines and grades shown on the Drawings.
4 . GROUT PLACEMENT: Grout shall be composed of cement, water and air-entraining
admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of
sand, sufficient water to produce a workable mixture, and that amount of admixture
which will entrain sufficient air to produce durable grout, as determined by the
ENGINEER. Sand for grouting shall conform to the requirements of paragraph : FINE
AGGREGATE. The grout shall be mixed in a concrete mixer in the manner specified for
concrete except that the time of mixing shall be increased to that necessary to produce a
mixture having a consistency such as to permit gravity flow into the interstices of the
riprap with the help of limited spading and brooming . The grout shall be used in the
work within a period of one (1) hour after mixing. Retempering of ground will not be
permitted. Riprap shall not be grouted when the ambient temperature is below 35
degree F. or above 95 degrees F. unless approved by the ENGINEER in writing; nor
when the grout, without special protection, is likely to be subjected to freezing
temperatures before final set has occurred. Prior to grouting , all surfaces of riprap shall
be wetted. The riprap shall be grouted in successive longitudinal strips, approximately
1 O feet in width, commencing at the lowest strip and working up the slope . Grout shall
be brought to the place of final deposit by approved means, and in no case will grout be
permitted to flow on the riprapped surface a distance in excess of 10 feet. Immediately
after dumping the batch of grout, it shall be distributed over the surface of the strip by the
use of brooms and the grout worked into place between stones with suitable spades,
trowels, or vibrating equipment. -As a final operation, the grout shall be removed from
the top surfaces of the upper stones and from pockets and depressions in the surface of
the stone protection . After completion of any strip as specified, no workman or any load
shall be permitted on the grouted s.urface for a period of at least 24 hours. The grouted
ASC-21
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Engineer. 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 re inforcement 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 shall 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 of the slab .
If the slopes and bottom of the trench for toe walls are dry and not consolidated properly , the
Engineer 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 dimensions 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 shall be made at the unit price bid in the
Proposal multiplied by the quantity of material used. Bid price will be full compensation for
placing all materials, and for all labor, tools, equipment, and incidentals necessary to complete the
work.
10123/08 ASC-22
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment for all necessary excavation below natural ground , and bottom or slope of the excavated :
channel will 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 associated appurtenances; required , shall be included in the Linear Foot price of the pipe
and lump sum for the pipe fittings in the appropriate BID ITEM(S).
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS
Bidders shall submit the follow ing for C-303 pretensioned concrete cylinder pipe to be installed on
this project:
1. A complete list of fittings and specials upon wh ich the lump sum is bid.
2. Provide a unit price indicating the cost for furnishing 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 fittings 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 basis 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 reconstruction . 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 furnishing 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 Specifications Item 500 "SUBDRAINS" shall apply except as
herein modified . The pipe materia l shall be poly vinyl chloride (PVC) with the standard
dimensional ratio of 35 (SDR35) and meet the ASTM D 1784. Filter shall have the capability of
passing ground water without transporting the soil placed around the filter fabric . The fabric shall
be constructed exclusively of synthetic thermoplastic fibers and may be e ither woven or non-
woven to form a mat of uniform quality. Fabric fiber may be either continuous or discontinuous
10123/08 ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
and oriented in either a random or an aligned pattern throughout the fabric. The fabric shall be
mildew resistant, rot proof, shall be satisfactory for use in a wet soil and : aggregate environment,
contain ultraviolet stabilizers and have nonravelling edges.
The fabric shall meet the following requirements when sampled and tested in accordance with the
methods indicated.
Test
Original Physical Properties
Fabric weight, on an ambient
Temperature air-dried tension
free sample, expressed
in oz/sq.yd.
Water flow rate by falling head
method, 7.9 inches (20 cm) to 3.9
inches (1 O cm) on 2 inch ID
cylinder with 1 inch diameter orifice,
with flow rate expressed in gal/sq.
ft/minute .
Method
SDHPT Test Method
Tex-616-J
"Testing of Construction Fibers "
Tex-616-J
Requirements
4.0 minimum for under drains
and Slope Stabilization, 6.0
minimum for Gabions
Revetment
80 minimum
Breaking load in either machine or ASTM Designation: 100 minimum
cross-machine direction, expressed D 1682 grab method G as
in pounds . modified by Tex-616-J
Equivalent opening size
Standard sieve 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: 100 maximum
load in either machine 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 Filter Fabric material during the placement.
10123108 ASC-24
-
-
-
-
-
-
-
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 conducted 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 contractor 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 shall be
backfilled and the top nine (9) inches shall be filled with crushed limestone base material,
compacted and level with the finished adjacent surface. This finished grade shall be maintained
in a serviceable condition until the paving has been replaced.
DA-48 EASEMENTS AND PERMITS
Easements and permits, both temporary and permanent, have been secured for this project at
this time and made a part thereto . Any easements and/or permits, both temporary and
permanent, that have not been obtained by the time of publication shall be secured before
construction starts. No work is to be done in areas requiring easements and/or permits until the
10123108 ASC-25
PART DA -ADDITIONAL SPECIAL CONDITIONS
necessary easements are obtained. The Contractor's attention is directed to the easement
description and permit requirements, as contained herein, alC!>ng 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 E1-20 and E2-20 of
the General Contract Documents.
Payment for work such as forming, placing, and finishing including all labor, tools, equipment and
material necessary to complete the work shall be included in the linear foot price bid for Concrete
Encasement.
DA-51 CONNECTION TO EXISTING STRUCTURES
All connections between proposed and existing facilities , shall consist of a watertight seal.
Concrete used in the connection shall be Class A (3000 psi) concrete and meet the requirements
of Section 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 per attached Figure 33 unless otherwise directed
by the Engineer.
The contractor shall use Sileo Type J-3 Model 30" x 36" Steel Single Leaf Doors or approved
equal unless the vault door is subject to vehicular 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.
10123108 ASC-26
-
-
-
-
-
-
· 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 functional Combination Turbo Meter Installation
complete with Bypass and Concrete Vault shall be included in the price 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, which are required to provide a complete and functional open fire line 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 appropriate bid item(s).
DA-54 WATER SAMPLE STATION
GENERAL:
;...i All water sampling station installations will be per attached Figure 34 or as required in large water
meter vaults as per Figure 33 unless otherwise directed by the Engineer.
-
-
-
-
The appropriate water sampling station will be furnished to the Contractor free of charge ;
however, the Contractor will be required to pick up this item at the Field Operations Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials necessary for
the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station, concrete
support block, curb stop, fittings, and an incidental 5-feet of type K copper service line which are
required to provide a complete and functional water sampling station shall be included in the price
bid for the water main.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials necessary for
the installation tap saddle, gate valve , and fittings shall be included in the price bid for Service
Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to provide a
10123108 ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
complete and functional water sampling station shall be included in the price bid for Water
Sample Stations .
DA-55 CURB ON CONCRETE PAVEMENT
Standard Specification Item 502 shall apply except as herein modified .
INTEGRAL CURB : Integral curb shall be constructed along the edge of the pavement as 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 t hree
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 genera l conformance with the design concept of
the project and general compliance with information given in the General Contract Documents.
Indicated actions by the Engineer, which may result from his review , shall not constitute
concurrence with any deviation from the plans and specifications unless such deviations are
specifically identified by the metliod described below, and further shall not relieve the Contractor
of responsibility for errors or omissions in the submitted data . Processed shop drawing submittals
are not change orders. The purpose of submittals by the Contractor is to demonstrate that the
Contractor understands the design concept, and that he demonstrates his understanding by
indicating which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts
between submittals and the design drawings and/or specifications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern . The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
job site, fabrication processes and techniques of constriction, coordination of his work with that of
other trades and satisfactory performance his work . The Contractor shall check and veri f y all
measurements and review submittals prior to being submitted, and sign or initial a statement
included with the submittal, which signifies compliance with plans and specifications and
dimensions suitable for the application. Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the following items prior to installation :
List the required submittals here
10123108 ASC-28
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
I
Additional shop drawing requirements are described in some of1the 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.M.A.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 utility cut with H.M .A .C. equal to or better than the existing driveway.
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort
Worth Transportation and Publ ic Works iQepartment's Standard Specifications for Street and
Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals
shall be included in the square yard bid price for the top soil.
-DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT
This item shall include raising or lowering an existing meter box to the parkway grade specified
-No payment will be made for adjusting existing boxes which are within 0.001 feet of specified
parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and
materials used in the adjustment of the meter box . -10/23108 ASC-29
-
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 est imated quantities shown and actual quantities performed .
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case . exceed $200 ,000 (see Options to Renew) including all
change orders .
DA-64 WORK IN HIGHWAY RIGHT OF WAY
When the Engineer directs the Contractor to perform work in the right-of-way which is under the
jurisdiction of the Texas Department of Transportation (Tex-Dot), the Contractor shall obtain
approval from the Texas Department of Transportation prior to commencing any work therein . All
work performed in the Tex-Dot right-of-way shall be performed in compliance with and subject to
approval from the Texas Department of Transportation and Item E2-29 .1 "Construction Within
Highway Right-of-Way" of the General Contract Documents and Specifications , effective July 1,
1978, as amended.
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No . 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort
Worth Transportation and Public Works Department.
DA-66 OPTION TiO RENEW -OMIT
DA-67 NON-EXCLUSIVE CONTRACT -OMIT
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
10123/08 ASC-30
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation
and Public Works Department.
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor, equipment and incidentals necessary to complete the work.
DA-69 TRAFFIC BUTTONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations designated by the Engineer. The buttons to be
supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a
Type Ill Epoxy.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-70 PAVEMENT STRIPING
Pavement striping, whenever and wherever encountered, shall be replaced to match the 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 des.ign and the calculation of the Marshal (proctor) the contractor
is approved for placement of the asphalt. The contractor shall contact the City Laboratory,
through the inspector, at least 24 hours in advance of the asphalt placement to schedule a
technician to assist in the monitoring of the number of passes by a roller to establish a rolling
pattern that will provide the required densities. The required Density for Type "B" and for Type
"D~ asphalt will be 91 % of the calculated Marshal (proctor}. A Troxler Thin Layer Gauge will be
used for all asphalt testing.
After a rolling pattern is established, densities should be taken at locations not more than 300 feet
apart. The above requirement applies to both Type "B" and "D" asphalt. Densities on type "B"
must be done before Type "D" asphalt is applied.
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to
determine the applied thickness .
10/23108 ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM, AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification, prior to the date
of these general specifications or revisions thereof, shall apply .
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX
The relocation 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 will
be required . When the relocation is required , separate payment will be allowed for the relocation
of sprinkler back-flow preventer or control valve and box. Payment for all work and material such
as back-fill, fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used
by and for the licensed plumber shall be included in the price bid for the relocation of sprinkler
back-flow preventer or control valve and box . All other costs will be included in other appropriate
bid item(s).
DA-74 RESILIENT-SEATED GATE VALVES
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 requirements in se.ctions E-26 .1. All resilient-seated gate valves 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 from the Inspector and/or Project Manager. The Contractor shall
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.
DA-76 1 %" & 2" COPPER SERVICES
The following is an addendum to E 1-17, Copper Water Service Lines and Copper Alloy
Couplings :
All fittings used for 1 Yi " and 2" water services lines shall be compression fittings of the type
produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co ., Inc., Mueller
Company , or approved equal. Approved equal products shall submit shop drawings and
manufacturer's catalog information for approval.
10123108 ASC-32
-
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Yi " 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 will be the removal of the
existing material in order to insure a paving section in conformity with existing pavement or the
appropriate detail shown in this document as directed by the engineer and all other miscellaneous
items of construction to be performed as outlined in the specifications , which are necessary to
satisfactorily complete the work.
Total quantities given in the bid proposal may not reflect actual quantities ; however, they are
given for the purpose of bidding and awarding the contract. Final payment will be based on actual
measured quantities and the unit price bid in this proposal.
There will not be a direct payment for saw cutting the existing asphalt or concrete , compacting the
existing subgrade or removal of the existing material. These items will be considered as
subsidiary to the contract. The contractor will be required to maintain a capping course of hot
mix-cold lay asphalt in areas where traffic has whipped out washed rock , until the paving repair
can be accomplished. These items will be considered as subsidiary to the contract.
The Inspector will pick up the repair tickets by 8 :00 a.m. Monday through Thursday . The repair
tickets will be issued to the contractor early the next day. Each repair ticket that is issued shall be
completed within twenty-one (21) calendar days . The twenty-one (21) calendar days for
completion of the job begins the day after the contractor receives the ticket. See special condition
TIME ALLOWED FOR UTILITY CUTS .
The Contractor shall identify to the Engineer possible locations for settlement of repaired
pavement due to backfill of ditch by others . As directed by the Engineer, the Contractor shall
re~ove and replace existing backfill with washed rock .
The Water Department will estimate the necessary size of the pavement repa ir on each ticket.
Upon receipt of each ticket the Eng ineer 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,
10123108 ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
pavement repair to be ordered by the City at various times and to be performed at various places
by separate repair tickets . The City may designate pavement to be repaired by furnishing to the
Contractor a marked drawing, or street addresses contained in a written order or by marking in
the filed by paint or other means , or by any or all combinations of said methods of designation.
The Contractor agrees that no work will be performed without written authorization from the
individual designated in writing by the Director of the Water Department. · •
DA-79 CONTRACT TIME (UTIL. CUT)
It is understood and agreed that the scope of work contemplated in this contract is that wh ich is
designated by the City as the need arises. It is further agreed that the term of this contract is five
(5) months from the date of execution. of contract work order and no orders will be accepted by
the Contractor after the contract has expired.
At the end of contract the Contractor will have twenty-one (21) additional calendar days to
complete work already ·ordered and fifteen additional calendar days to bill said work for a total of
thirty-six days after contract termination to complete and bill work authorized pursuant to this
contract.
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT)
The Contractor shall be required to furnish sufficient personnel and equipment capab le 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 measu r ing each pavement repair before any work is
started .
A repair ticket will be issued for each util ity cut after measurement and twenty-one (21) calendar
days beginning the day after the ticket is issued will be allowed for final completion of each utility
· cut. See also SCOPE OF WORK.
A calendar day is any day of the week or month , Sundays or legal holidays as defined on Page
C1-1 (4) Section C1-1 .24 Calendar Days of Part C General Conditions.
DA-82 LIQUIDATED DAMAGES (UTIL. CUT)
Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult
or impossible to ascertain the amount of damages that will be sustained by the Owner if the · 1
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 com plete
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 .
10/23108 ASC-34
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 washed rock used for embedment or as otherwise directed by the engineer
shall be washed gravel or washed crushed stone or washed crushed gravel and shall meet the
-following gradation and abrasion:
-
-
Sieve Size
1
%"
3/8"
#4"
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles abrasion test: 50% Maximum wear per ASTM.
DA-85 CLEAN-UP (UTIL. CUT}
Final clean up work shall be done for this project as soon as the paving and curb and gutter has
been constructed . Contractor shall remove all excess cold mix, washed rock and debris from the
street in the area of the repair. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer.
Refer also to Page C5-5 (8) Section C5-5.17 Clean-Up of Part C General Conditions .
DA-86 PROPERTY ACCESS (UTIL. CUT)
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
DA-87 SUBMISSION OF BIDS (UTIL. CUT)
The proposal sections of this special contract document is arranged to allow the Owner to make
payment based on size of repair. The Contractor is required to submit a bid on all proposals Unit
I, Unit II, Unit Ill and IV. Unit I will generally consist of small patch, less than or equal to 200
square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less
than or equal to 1000 square feet. Unit 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, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does not
10123108 ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
bid all four Units of the proposal, the bid will be considered as "non-responsive" and will be
rej~cted by the Water Department.
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)
Regardless of the existing pavement type, base repair for Unit I shall be either min. 8" concrete liiit
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 repair 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 repair 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 directed 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 asphaltic 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.
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 .A.C. surface mix in lifts not to exceed three (3) inches. Last or top lift shall 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 will be necessary with a vibratory roller and mix temperature above 250
10123108 ASC-36
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
F (121 C) to ensure a good compaction . Top lift when compacted shall 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 directed by Engineer and shall not be
disturbed in any way.
The mortar setting bed shall consist of:
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 C150 , Type 1
..... b. 6 parts dry sand -ASTM C-144
c. Do not add water
10123108 ASC-37
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Flintkote Corp., or Micro 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 Add itive 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 appl ied 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 de pth .
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 facilities 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
10/23108 ASC-38
...
-
-
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
Structures. Unless directed otherwise by the Engineer, the ex isting manhole frames , lids, and
other miscellaneous items may be reused.
Storm Drain Structure Repair shall be performed in conformance with specification Item 444,
"Manholes and Inlets", and Drawing No . S-SD1 through S-SD20 of the City of Fort Worth
Transportation and Public Works Department's Standard Specifications for Street and Storm
Drain Construction and shall further apply to all storm drainage facilities of a similar design and
construction.
Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete
required to reconstruct the structures as well as all steel , etc. in conformance with the appropriate
drawings.
DA-97 "QUICK-SET" CONCRETE (UTIL. 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 "Rap id Set" concrete mix or approved equal.
Any and all materials used shall conform to the above mentioned Item 422 .
Payment for quick set concrete shall be made at the unit pr ice 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 lines
(sprinkler systems), etc. where such lines and appurtenances are the property owner's
responsibility to maintain . An arbitrary figure has been placed in the Proposal ; however, this does
not guarantee any payment for utility adjustments, neither does it confine utility adjustments to the
amount shown in the Proposal. It shall be the Contractor's respons ibility 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 Enginee.r . 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
adj ustments 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 Dr iveways"
shall apply .
The Contractor shall construct standard concrete sidewalk and wheelcha ir ramps as shown in the
details or as directed by the Engineer.
10123108 ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
All concrete flared surfaces (wheelcha ir 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 subs idiary
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 fo r this
contract:
1. The minimum size of repair for concrete shall be 5'x 5'.
2 . Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type , the
rep lacement shall be extended to that joint.
3. Dummy j oints 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 spacing and the limits 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 basis in order to assure uniform
joint spacing .
Payment for all concrete pavement repairs shall be made at the unit price bid per square ya rd 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, payme nt for
sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item.
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 contract , C8-8.5 PARTIAL ESTIMATES AND RETAINAGE
of the General Conditions shall not apply and shall be superseded by the following : (P lease initial
below)
10123/08 ASC-40
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
Whenever the improvements prescribed by an individual Work Order have been completed, the
Contractor shall notify the Engineer. The Eng ineer or other appropriate official of the Owner will,
within a reasonable time , perform the inspections . If such inspection reveals that the
improvements are in an acceptable condition and have been completed in accordance with the
terms of the Contract Documents and all approved modifications thereof, the Engineer will
recommend acceptance of the work under that particular Work Order and recommend payment
therefore .
If the Engineer finds that the work has not been completed as required, he shall so advise the
Contractor in writing , furnishing him an itemized list of all known items which have not been
completed or which are not in an acceptable condition . When the Contractor has corrected all
such items, he shall again notify the Engineer that the improvements are ready for inspection, and
the Engineer shall proceed as outlined above .
Whenever the improvements prescribed by the individual Work Order have been completed and
all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an
estimate showing the value of the work will be prepared by the Engineer as soon as the
necessary measurements , computations, and checks can be made .
The amount of the estimate will be paid to the Contractor after acceptance by the Water
Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of
payment as follows : Prior to submission of the estimate for payment, the Contractor shall execute
an affidavit , as furnished by the City , certifying that all persons , firms , associations, corporations ,
or other organizations furnishing labor and/or materials under that Work Order have been paid in
full , that the wage scale established by the City Council in the City of Fort Worth has been paid,
and that there are no claims pending for personal injury and/or property damages .
The acceptance. by the Contractor of the individual payment as aforesaid shall operate as and
shall release the Owner from all claims or liabilities under the Contract for anything done or
furnished or relating to the work under that Work Order or any act or neglect of said City relating
to or connected with the Contract.
The making of the payment by the Owner shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
Bidder's Initials---------
DA-103 DEHOLES (MISC. EXT.)
The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order
together with a sketch . The location and dimensions shown on the plans relative to other existing
utilities are based on the best information available . Omission from , or the inclusion of utility
locations on the Plans is not to be considered as the nonexistence of, or a definite location of,
existing underground utilities . It shall be the Contractor's responsibility to verify locations of
adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may
negotiate such · local adjustments as necessary in the dehole process to provide adequate
clearances . The Contractor shall take all necessary precautions in order to protect all services
encountered . Any damage to utilities resulting from the Contractor's operations, shall be restored
at his expense .
10123108 ASC-41
PART DA -ADDITIONAL SPECIAL CONDITIONS
Payment for work such as backfill and all other associated appurtenant s required, shall be
included in the price of the appropriate bid item .
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)
The Contractor shall have no more than three (3) locations under construction at any one time,
unless approval by the Engineer has been granted in writing .
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)
Care shall be taken to keep all water extens ions clean and free from foreign objects . Chlorinated
lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe
laying, water shall be introduced slowly for sterilization, after which the extension shall be
thoroughly flushed with clean water. Risers shall be installed , as directed by the Enginee r, for
flushing and for providing sample paints for bacteria tests .
The water main extensions of the project shall be tested under normal line pressure and any
leaks observed shall be immediately repaired .
DA-106 BID QUANTITIES (MISC. EXT.)
Bid quantities of the var ious 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.
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 lim it of the bid price , whichever should occur first. The Contractor shall be required to
complete any work covered by a Work Order issued prior to that date of termination but will not be
required to accept any work order for execution dated after that date of termination . If the cost of
the work performed under this Contract is less than the limit of the bid price at the end of the 365
calendar day period, at the City's option and the Contractor's concurrence, the Project may be
extended to the limit of the bid price .
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Description :
The flowable fill material shall be delivered to the site , free flowing and self-level ing and shall have
a consistency enabling it to fill all voids without tamping , vibrating or compacting .
The flowable fill material shall have an in place density of not less than 95 and not more than 115
lbs./cu . ft ., with a maximum twenty-eight (28) day compression strength of not less than 60 and
10/23108 ASC-42
-
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels . The height of free fall of the flowable fill shall not exceed four (4) feet.
2. Material Specifications:
Flowable fill shall consist of:
a. An appropriate amount of Portland Cement meeting ASTM C-150 (w ith other additives as
necessary).
b. Aggregates meeting ASTM C-33
c. Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406
d. Flyash , Class C or F, meeting ASTM C-618
e. Admixtures
1. Mineral admixtures will be pozzolanic
2. Chemical adm ixtures 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 lugs, and match the existing brick in size, shape, and color.
The brick pavers will be set on a %-inch sand/cement bedd ing 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 driv ing surface
and match all applicable street grades , cross slopes, and crowns .
10/23108 ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
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) + 10 days = Number of Calendar Days
allowed for Construction of Individual Work Order.
DA-112 MOVE IN CHARGES (MISC. REPL.)
A Work Order may contain one or more locations. One move-in fee will paid to the contractor per
Work Order issued. Locations for multiple sites per Work Order will be in the same general
vicinity, if possible, and if so, only one mobilization charge will be paid .
When water and sewer work are required only the water move in fee will be paid . At no time will
both fees be paid for one specific location.
DA-113 PROJECT SIGNS (MISC. REPL.)
1012310a ASC-44
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
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 Adm inistration
Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System ,
it is the City 's intention that all costs incurred by the Contractor in acquiring trench safety designs
be included in the unit price bid for Job Move in .
DA-116 FIELD OFFICE
As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office
exclusively for the City of Fort Worth Construction Manager and coordination meetings for the
following : ·
A. Temporary field office shall be established on the job site where approved or directed by the
Engineer, adequately furnished.
B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq
ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of
Fort Worth Construction Manager throughout the period of construction . The temporary office
shall be weathertight , have a tight floor at least 8-in off the ground and shall be insulated and
suitably ventilated. The office shall be provided with janitor service , heating and cooling
equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk
~dequately as directed. Provide separate toilet facilities in the field office.
C . Prov ide the following furniture and equipment in the Construction Manager's office :
1. One plan table , 3-ft by 5-ft and one stool
2. Desk about 3-ft by 5-ft with desk chair
3. Two additional chairs
4 . Two-drawer, filing cabinet with lock
Field office shall also have available to the Construction Manager the following :
10/23108 ASC-45
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. One conference table (6-ft).
2. Eight folding chairs .
3. First aid kit suitable for ten people with manual , American White
Cross No. K10 or equal.
4 . Duplicating machine , Xerox Model 10251 or equal.
D Contractor shall furnish temporary light and power, including wiring, lamps and similar
equipment as required to adequately light all work areas and with sufficient power capacity to
meet the reasonable needs of the Construction Manager. Contractor shall make all necessary
arrangements with the local electric company for temporary electric service and pay all expenses
in connection therewith and pay all electrical bills.
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item 0-8 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 ot hers
and end ing 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 installat ion of the Cathodic protection system , the contractor
shall furn ish a letter from the Corrosion Protection System Manufacturer certifying , that the
Contractor's superintendent on the project has physically demonstrated the understanding to the
field installation procedure of the system and that the initial installation has been verifed and
found to meet the manufacturer's specifications.
Before the Final inspection of the project. the contractor shall have a NACE (National Association
of Corrosion Engineers) certified representative of the manufacturer conduct a 'Commissioning
Survey'. Based on this survey, a certification from the Manufacturer shall be furnished by the
Contractor to the City certifying that the system was found to be installed correctly and operating
effectively as per the intent of the specificat ions .
10123/08 ASC-46
.... ,·.-;"···· ~) ..
·-· . ··. . .
SECTION E SPECIFICATIONS
JANUARY 1, 1978
All materials , construction methods and procedures used in this project shall conform to
Sections E l, E 2 , 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 (eference 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 of 9 or more
shall be considered for use only with mechanical compaction
E2-2 .1 l Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this
section to 95% Procter density except for paragraph a .I. where the "95% modified Procter
density" shall remain unchanged).
El00-4 WATERTIGHT MANHOLE INSERTS.
SECTION El 00 -MAIBRIAL SPECIFICATIONS
MATERIAL STANDARD El00-4
JANUARY 1, 1978 (ADDED 5/13/90)
El 00-4. l GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole
inserts in the. Fort Worth sanitary sewer collection system.
EI00-4.2 MATERIALS AND DESIGN:
a. The manhole insert shall be of corrosion-proof high density polyethelene that meets
or exceeds the requirements of ASTM D1248 , Category 5, Type III .
. b. The minimum thickness of the manhole insert shall be 1/8".
c. The manhole insert shall have a gasket that provides positive seal in wet or dry
conditions. The gasket shall be made of closed cell neoprenerubberandmeetthe
requirement of ASTM D 1056, or equal.
d. The manhole insert shall have a strap for removing the insert. The strap shall be made of
minimum l 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.
El00-4.3 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 CONFERENCE ..................................................................... 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-4
8. PAYMENT ................................................................................................................. SP-5
9. SUBSIDIARY WORK ... , ............................................................................................. SP-5
10 . LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ....................................................................................................... SP-5
11 . WAGE RA TES .......................................................................................................... SP-5
12 . EXISTING UTILITIES ................................................................................................ SP-6
13 . PARKWAY CONSTRUCTION ................................................................................... SP-6
14 . MATERIAL ST.ORAGE .............................................................................................. SP-7
15 . PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS ............................................................................................. SP-7
16. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7
17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7
18 . EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8
19. MINORITY AND WOMENS BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ........................................................................................... SP-8
20 . FINAL CLEAN UP .................................................................................................... SP-10
21. CONTRACTOR 'S COMPLIANCE WITH WORKER 'S
COMPENSATION LAW ........................................................................................... SP-10
22 . SUBSTITUTIONS ..................................................................................................... SP-13
23 . MECHANICS AND MATERIALSMEN 'S LIEN ........................................................... SP-13
24 . WORK ORDER DELAY ........................................................................................... SP-13
25 . CALENDAR DAYS .................................................................................................. SP-13
26 . RIGHT TO ABANDON ............................................................................................. SP-13
27 . CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13
28 . MAINTENANCE STATEMENT ................................................................................ SP-14
29 . DELAYS ....................................................................................................... SP-14
30 . DETOURS AND BARRICADES ............................................................................... SP-14
31 . DISPOSAL OF SPOIUFILL MATERIAL .................................................................. SP-14
32 . QUALITY CONTROL TESTING .............................................................................. SP-15
33 . PROPERTY ACCESS ............................................................................................. SP-15
34 . SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-15
35 . WATER DEPARTMENT PRE -QUALIFICATIONS ................................................... SP-16
36 . RIGHT TO AUDIT .................................................................................................... SP-16
37 . CONSTRUCTION STAKES ................................................... SP-17
38 . LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17
39 . EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17
40. AIR POLLUTION WATCH DAYS ............................................................................. SP-18
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-1 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS:
41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE ... SP-19
42 . PAY ITEM -PAVEMENT-PAVEMENT-7 INCH CONCRETE -INSTALL. .............. SP-19
43 . PAY ITEM -CURB -7 INCH -INSTALL. ................................................................. SP-20
44 . PAY ITEM-RETAINING WALL-INSTALL. ............................................................ SP-20
45 . PAY ITEM -CURB -CURB AND GUTTER AS DIRECTED BY INSPECTOR -
REPLACE ................................................................................................. SP-20
46 . PAY ITEM -PAVEMENT -TRANSITION -MIN 6 INCH HMAC ............................... SP-20
47 . PAY ITEM-PIPE-6 INCH SUBDRAIN W/GRAVELAND FILTER FABRIC-
INSTALL ................................................................................................. SP-20
48. PAY ITEM -SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL. ............................... SP-21
49 . PAY ITEM -PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED -INSTALL and
SUBGRADE-LIME FOR STABILIZATION -INSTALL .......................................... SP-21
50. PAY ITEM -PAVEMENT -6 INCH HMAC -INSTALL ............................................. SP-21
51 . PAY ITEMS-WALK-INSTALL, CURB & GUTTER-INSTALL, WALK-ADA
WHEELCHAIR RAMP-INSTALL, AND DRIVEWAY-INSTALL. ........................... SP-22
52 . PAY ITEMS -WALK -REMOVE, CURB & GUTTER -REMOVE , WALK -ADA
WHEELCHAIR RAMP -REMOVE, DRIVEWAY -REMOVE, AND PAVEMENT-
CONCRETE -REMOVE .......................................................................................... SP-24
53 . PAY ITEMS -WALK-STEPS -REMOVE and WALK -STEPS -INSTALL ......... SP-24
54 . PAY ITEMS-FENCE -REMOVE and FENCE -INSTALL. .................................... SP-24
55. PAY ITEM-CURB & GUTTER-7 INCH W/ 18" GUTTER-INSTALL ................... SP-24
56 . PAY ITEMS -MAILBOX -REMOVE and MAILBOX -INSTALL ............................. SP-25
57 . PAY ITEM -FILL MATERIAL-BORROW-INSTALL (OMIT) ................................. SP-25
58. PAY ITEM -PAVEMENT -VALLEY GUTTER -INSTALL. ...................................... SP-25
59 . PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL ................. SP-25
60 . PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP -
INSTALL ................................................................................................. SP-26
61 . PAY ITEM-TRAFFIC CONTROL-INSTALL ......................................................... SP-28
62 . PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL ............................. SP-29
63 . PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR ............................................... SP-29
64 . PRE BID ITEM -TOP SOIL -INSTALL. .................................................. : ................ SP-30
65. PRE BID ITEM-VALVE BOX-ADJUSTMENT-SERVICES ................................. SP-30
66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES ................................... SP-30
67 . PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES ................................ SP-30
68 . NON-PAY ITEM-PAVEMENT-SILICONE JOINT SEALANT-INSTALL. ............. SP-30
69 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-34
70. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-36
71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL. ......................................... SP-36
72 . NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL ......................... SP-36
73 . NON-PAY ITEM -CONCRETE COLORED SURFACE ............................................ SP-36
7 4. NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-36
75. NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-37
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-2 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
76. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-39
77. NON-PAY ITEM -NOTIFICATION OF RESIDENTS ................................................ SP-40
78 . NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION ..................................................................................................... SP-40
79. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-40
80 . NON-PAY ITEM -WASHED ROCK .......................................................................... SP-41
81 . NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ........................................ SP-41
82 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES ................................................................................................. SP-41
83 . NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-41
84 . NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-42
85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-42
86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE} ................................ SP-42
87. PAY ITEM-HEADWALL -INSTALL. ...................................................................... SP-43
88 . PAY ITEM -PIPE-24 INCH-CL Ill -INSTALL AND PIPE 21"-CL Ill -INSTALL ..... SP-44
89. PAY ITEM-RETAINING WALL-REMOVE ........................................................... SP-44
90. I PAY ITEM -SIGN-ADDRESS ON CURB -INSTALL .............................................. SP-44
91 . PAY ITEM-PAVEMENT-2 INCH MIN OVERLAY-REPLACE ................................ SP-45
92 . PAY ITEM -INLET-INLINE-10 FT-INSTALL AND INLET-INLINE-5 FT-INSTALLSP-45
93 . PAY ITEM -PAY ITEM -MANHOLE -INSTALL. ..................................................... SP-45
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-3 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: ; 2007 CRITICAL CAPITAL PROJECT (COUNCIL DISTRICT 9)
PART II -\GROUP 98
CITY PROJECT NO .: 00980, DOE No . 5923
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the
following : PAVEMENT RECONSTRUCTION , WATER LINE REPLACEMENT , AND
SANITARY SEWER REPLACEMENT 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: Submission of Bids : Unit I and Unit II constitute a package. If
the Contractor submits a bid on both Unit I and Unit II and has the lowest responsive
proposal price , the Contractor will be the apparent successful bidder for this 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 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 will 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 construct ion 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 .
7 . SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary
conveniences for the use of workers at the project si te . Specific attention is directed to
this equipment.
City of Fort Worth, Te xas
Speci al Provis ion s Fo r Street and Storm Drain Improve me nts
PMO Release Da te : 07/2 8/2010
Page SP -4 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
8. PAYMENT: Th'e Contractor shall receive full payment from the City for all the work
based on unit p·rices 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 restorat ion cleanup and reloca t ion of mailboxes .
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these specificat ions 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 Prevail ing Wage Laws
Duty to pay Prevailing Wage Rates .
The contractor shall comply w ith all requirements of Chapter 2258, Texas Government
Code (Chapter 2258), including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258 . Such prevailing wage rates are included in these contract documents .
Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall , upon
demand made by the City , pay to the C ity $60 for each worker 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 be lieve 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 subcontracto r has violated Chapter 2258 , the City shall retain
the full amounts claimed by the claimant or claimants as the difference between wages
pa id and wages due under the prevailing wage rates , such amounts being subtracted
from successive progress payments pending a final determination of the violat ion .
Arbitration Required if Violation Not Resolved .
C ity of Fort Worth , Texas
Special Provisions For Street and Storm Dra in Improvements
PMO Re lease Date: 07/28/2010
Page SP-5 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 arbit rate
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 requiremen ts of
Chapter 2258 , Texas Government Code .
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the si te of
the project at all times .
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above.
(Wage rates are attached at the end of this section .)
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 prov ide 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. PARKWAY CONSTRUCTION : During the construction of this project , it will be required
that all pa rkways be excavated and shaped at the same time the roadway is excavated .
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28 /2 010
Page SP-6 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Excess excavation will be disposed of at locations approved by the Director of the
Transportation and Public Works Department
14 . 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 .
15. 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 .
16 . INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are
approximate. It is the Contractor's sole responsibility to verify 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 field
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 Contract 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 .
17. 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.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-7 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
In the event City receives a written claim for damages against the Contractor or its i
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.
18 . EQUAL EMPLOYMENT PROVISIONS : Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7 400 (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.
19 . 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 Contracto r 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
City of Fort Worth , Texas
Special Provis ions For Street and Storm Dra in Improvements
PMO Release Date : 07 /28/2 010
Page SP-8 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 suppl iers prior to listing them on the M/WBE utilization
or good faith effort forms as applicable . Failure to contact the listed M/WBE
subcontractor or suppl ier prior to bid opening may result in the rejection 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.
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Da te: 07/28/2010
Page SP-9 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 .
20 . 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 R.OW. 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.
21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. Workers Compensation Insurance Coverage
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-aj , 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, wi t hout
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
City of Fort Worth , Te xas
Special Provisions Fo r Street and Storm Drain Improvements
PMO Release Date : 07/2 8/2010
Page SP-10 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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,
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:
(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 th ·at 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 form each other person with whom it contracts , and provide to
the Contractor:
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/20 10
Page SP-11 of 46
j.
k.
B.
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
i
(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
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.
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 .
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:
City of Fort Worth, Texas
Special Provisions For Street ;and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-12 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
"REQUIRED WORKER'S COMPENSATION COVERAGE "
The law requires that each person working on th is site or providing services
related to this construction project must be covered by worker's compensation
insurance . This includes persons providing , hauling , or delivering equ ipment
or materials , or providing labor or transportation or other serv ice 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".
22 . 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 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 subst itution is , in fact , equal,
and the ENGINEER , as the representative of the City , shall be the sole judge of the
acceptability of subst itutions . The provisions of the sub-section as related to
"substitutions " shall be applicable to all sections of these specifications.
23 . MECHANICS AND MATERIALMEN'S LIEN : The Contractor shall be required to execute
a release of mechanics and materialmen's liens upon receipt of payment.
24 . 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 issu ing the work order for this
Contract.
25 . CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted
number of calendar days .
26 . RIGHT TO ABANDON: The City reserves the right to abandon , w ithout obligation to the
Contractor, any part of the project or the entire proj ect at any time before the Contractor
begins any construction work authorized by the City .
27 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two
following published specificat ions , except as modified by these Special Prov isions :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
City of Fort Worth, Texas
Special Provisions For Street and Storm Drai n Improvements
PMO Release Da te: 07/28/20 10
Page SP-13 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCT/ON
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,
Munic ipal 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 Provis ions
shall be those of the Fort Worth document rather than Division 1 of the North Central
Texas document.
28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmansh ip, 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.
29. 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 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, howeve r, 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.
30 . 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 Specificat ions
"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"
31. DISPOSAL OF SPOIUFILL 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
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Re lease Date: 07/28/2010
Page SP-14 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
the Administrator to ensure the filling is not occurring within a tlood 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 .
32 . 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 the Contractor and will be billed
at commercial rates as determined by the City . The failure of the City to make any
tests of materials shall in no way relieve the Contractor of its responsibility to furnish
materials and equipment conforming to the requirements of the contract.
(d) Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing. The Contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested .
(e) The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
material.
33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times
unless otherwise directed by the ENGINEER.
34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES:
The following procedures will be followed regarding the subject item on this contract:
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-15 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(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 .
(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 lower 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).
35. 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 .
36. 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
City of Fort Worth . Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/20 10
Page SP-16 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
audits in compliance with the provisions of this article together with subsection (c )
hereof. 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 Contractor for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time
copying is performed .
37 . 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 whenever practical. One set of stakes shall be set for all utility construction
(water, sanitary sewer, drainage, etc .}, one set of excavation/or stabilization stakes , and
one set of stakes for curb and gutter and/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, 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 individual 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.
38. LOCATION OF NEW WALKS AND DRIVEWAYS :
The Contractor will make every effort to protect existing 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.
39 . 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 fa ilure 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
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28 /2010
Page SP-17 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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.
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.
40 . AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON, within the
Metroplex area, runs from May 1 through OCTOBER 31, with 6:00 a.m. -10:00 a .m .
being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME
TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the
afternoon prior to the WATCH day. On designated Air Pollution Watch Days, the
Contractor shall bear the responsibility of being aware that such days have been
designated Air Pollution Watch Days and as such shall not begin work until 10:00 a.m .
whenever construction phasing requires the use of motorized equipment for periods in
excess of 1 hour. However, the Contractor may begin work prior to 10:00 a.m. if use of
motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as
"Low Emitting", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven
hours between the hours of 7:00 a.m. -6 :00 p.m., on a designated Air Pollution Watch
Day, the calendar days allowed may be adjusted .
City of Fort Worth , Texas
Special Provis ions For Street and Storm Dra in Improvements
PMO Release Date : 07/28/2010
Page SP-18 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
41. PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (810-
00472):
See Standard Specifications Item No. 106, "Unclassified Street Excavation" for
specifications governing this item.
Removal of existing penetration or asphalt pavement shall be included in this item.
Removal of existing concrete pavement shall be included in this item.
Operations necessary to windrow existing gravel base in order to lower or raise subgrade
shall be considered as subsidiary to this item and no additional compensation shall be
given as such.
During the construction of this project, it is required that all parkways be excavated and
shaped at the same time the roadway is excavated. Excess excavation will be disposed
of at locations approved by the ENGINEER.
The intention of the City is to pay only the plan quantity without measurement. Should
either contracting party be able to show an error in the quantities exceeding 1 O percent,
then actual quantities will be paid for at the unit prices bid. The party requesting the
payment of actual rather than plan quantities is responsible for bearing any survey and/or
measurement costs necessary to verify the actual quantities.
42. PAY ITEM -PAVEMENT-7 INCH CONCRETE -INSTALL (810-00452):
(a) All applicable provisions of standard Specifications Item 314 "Concrete Pavement,"
shall apply .
(b) This item shall have a 28-day compressive strength of 3,600 psi. Mix design in
accordance with Item 360, Texas Department of Transportation Standard
Specification for Construction and Maintenace of Highways, Streets, and Bridges,
2004 Edition using 3 to 6 percent air entrainment.
(c) The Contractor shall use a six (6) sack concrete mix for all hand placement in the
intersections. The unit price bid per square yard shall be full payment for all labor,
material, equipment and incidentals necessary to complete the work . ,
(d) Concrete pavement acceptance shall be as set forth in "Concrete Pavement
Acceptance" within these Special Provisions .
(e) All concrete pavement not placed by hand shall be placed using a fully automated
paving machine as approved by the ENGINEER. Screeds will not be allowed except
if approved by the ENGINEER.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-19 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
43. PAY ITEM -CURB-7 INCH -INSTALL (BID-00843):
The Contractor may, at his option , construct either integral or superimposed curb . Standard
Specification Item .502 shall apply except as follows : 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 .
If the Contractor fails to backfill behind the curb within seven (7) calendar days of pouring the
curb and gutter, the amount paid for the curb shall be reduced by 25% until the backfill
operation is complete.
44 . PAY ITEM-RETAINING WALL-INSTALL (BID-00411):
This item will consist of placing retaining walls in locations and at heights determined by the
ENGINEER in the field. All applicable section of City of Fort Worth Standard Specification
item 518 shall apply except as follows :
Retaining wall shall be constructed per City of Fort Worth Construction Standard Drawing
No. S-M13 "Retaining Wall with Sidewalk" where applicable .
All existing brick and/or stone retaining walls not significantly impacted by proposed grade
changes will be protected . Replacement of retaining walls not impacted by proposed grade
changes will be at the expense of the Contractor.
45 . PAY ITEM -CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE
(BID-00844):
This item is included for the purpose and removing and replacing existing curb and gutter in
transition areas as determined by the ENGINEER in the field. The proposed curb and gutter
will be of the same dimensions as the existing curb and gutter to be removed. Quantities for
this pay item are approximate and are given only to establish a unit price for the work
The price bid per linear foot for "CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR
-REPLACE" as shown in the Proposal will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the work.
46 . PAY ITEM-PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL (BID-00471):
This item will consist of the furnishing and placing an HMAC surface in transition areas
where indicated on the plans , 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 Item 312 .
The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as
shown in the Proposal will be full payment for materials including all labor, equipment, tools
and incidentals necessary to complete the work.
47 . PAY ITEM -PIPE - 6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL
(BID-00924):
No specific location for this item is designated on the plans. Subdrain shall be installed only
if field conditions indicate ground water at subgrade level after excavation and if deemed
necessary by the ENGINEER.
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/20 10
Page SP-20 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
48. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372):
Description : 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 .
The trench excavation safety protection system shall be used for all trench excavations
deeper than five (5) feet. The Excavating and Trenching Operation Manual of the
Occupational Safety and Health Administration , U.S. Department of Labor, shall be the
minimum governing requirement of this item and is hereby made a part of this specification .
The Contractor shall, in addition , comply with all other applicable Federal, State and local
rules , regulations and ordinances .
Measurement and Payment: All methods used for trench excavation safety protection shall
be measured by the linear foot of trench and paid at the unit price in the Proposal , which
shall be total compensation for furnishing design , materials , tools , labor, equipment and
incidentals necessary, including removal of the system .
Trench depth for payment purposes for Trench Safety Systems is the vertical depth as
measured from the top of the existing ground to the bottom of the pipe .
49. PAY ITEMS -SUBGRADE - 8 INCH LIME STABILIZED -INSTALL (BID-00486) and
SUBGRADE -LIME FOR STABILIZATION -INSTALL (BID-00496):
See Standard Specifications Item No . 210 , "Lime Treatment (Material Manipulation)" and
Specification Item No. 212, "Hydrated Lime and Lime Slurry" for specifications governing the
items. Quantities for these pay item are approximate and are given only to establish a un it
price for the work.
The price bid per square yard for "SUBGRADE - 8 INCH LIME STABILIZED -INSTALL" as
shown in the Proposal will be full payment for all labor, equipment, tools and incidentals
necessary to complete the work . The price bid per ton for "SUBGRADE -LIME FOR
STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials
necessary to complete the work .
50 . PAY ITEM -PAVEMENT -6 INCH HMAC -INSTALL (BID-00451):
The base course shall be a 3" deep Type "B" course placed in one lift . The surface course
shall be a 3" deep Type "D" course placed in one lift.
All provisions of Standard Specification No . 312 . 7 'Construction Tolerance ' shall apply
except as modified herein :
1) After completion of each asphalt paving course , core tests will be made to determine
compliance with the contract specifications . The hot-mix asphaltic concrete pavement
will be core drilled by the City of Fort Worth. The thickness of the asphaltic surface will
be determined by measurement cores taken at locations determined by the ENGINEER.
The thickness of indiv idual cores will be determ ined by averaging at least three (3)
measurements . If the core measurements indicate a deficiency, the length of the area of
such deficient thickness shall be determined by additional cores taken along the length of
City of Fort Worth , Texas
Special Provisions For Street a nd Storm Drai n Improvements
PMO Release Da te: 07/28/2010
Page SP-21 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
the pavement in each direction until cores are obtained which are at least of specified
thickness . The width of such area shall not be less than Yi of the roadway width .
2) When the thickness of the base course (as determined from core samples) is more than
15% deficient of the plan thickness , the Contractor shall remove and replace the
deficient area at his own expense . If the thickness is less than 15% deficient, the
Contractor shall make up the difference in the base thickness with surface course
material.
3) The surface course must be the plan thickness. This does not include surface course
material used to make up deficiencies in the base course as described in item 2).
4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan
thickness. Deficient areas (as determined in item 1) found to be less than the plan
thickness will be removed and replaced at the Contractor's expense .
5) No additional payment over the contract price will be made for any hot-mix asphaltic
concrete course of a thickness exceeding that required by the plans and specifications .
6) HMAC Testing Procedure :
The Contractor is required to submit a Mix Design for both Type "B" and "D " asphalt that
will be used for each project. This should be submitted at the Pre-Construction
Conference . This design shall not be more than two (2) years old . Upon submittal of
the design mix a Marshal (Proctor) will be calculated , if one has not been previously
calculated, for the use during density testing . For type "B" asphalt a maximum of 20%
rap may be used . No Rap may be used in type "D"
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the
Contractor is approved for placement of the asphalt. The Contractor shall contact the
City Laboratory, through the inspector, at least 24 hours in advance of the asphalt
placement to schedule a technician to assist in the monitoring of the · number of passes
by a roller to establish a rolling pattern that will provide the required densities. The
required Density for Type "B" and for Type "D" asphalt will be 91 % of the calculated
Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing .
After a rolling pattern is established, densities should be taken at locations not more than
300 feet apart . The above requirement applies to both Type "B" and "D " asphalt.
Densities on type "B" must be done before Type "D " asphalt is applied .
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt
is applied . Upon completion of the application of Type "D" asphalt additional cores must
be taken to determine the applied thickness .
51 . PAY ITEMS -WALK-4 FT-INSTALL (BID-00530), CURB & GUTTER -INSTALL (BID -
00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY-
6 INCH -INSTALL (BID-00404)
Concrete flatwork is defined as curb , curb and gutter, sidewalks , leadwalks, wheelchair
ramps and driveways as shown in the plans . Th is provision governs the sequence of work
City of Fort Worth , Texas
Special Provisions For Street and Storm Dra in Improvements
PMO Release Date : 07/28 /20 10
Page SP-22 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
related to concrete flatwork and shall be considered a supplement to the specifications
governing eacti specific item .
The Contractor shall not remove any regulatory sign , instruction sign , street name and sign
or other sign which has been erected by the City. The Contractor shall contact Signs and
Marking Division, TPW.
Required backfilling and finished grading adjacent to flatwork shall be completed in order for
the flatwork to be accepted and measured as completed .
No payment will be made for flatwork until the pay item has been completed, which includes
backfilling and finished grading .
The price bid per square foot for "WALK -INSTALL" as shown in the Proposal will be full
payment for materials necessary to complete the work for that item .
The price bid per linear foot for "CURB & GUTTER -INSTALL "as shown in the Proposal
will be full payment for materials necessary to complete the work for that item.
The price bid per each for "WALK -ADA WHEELCHAIR RAMP -INSTALL "as shown in
the Proposal will be full payment for materials necessary to complete the work for that item .
The type of ramp shall be per plan and shall be called out in the Proposal item .
Pay limits for " will start 15-inches back from the face of curb and encompass the remainder
of the ramp and sidewalk.
Contractor shall furnish and install brick red color pre-cast detectable warning Dome-Tile,
manufactured by StrongGo Industries or approved equal by the construction Engineer.
Detectable warning surface shall be a minimum of 24-inch in depth in the direction of
pedestrian travel , and extend to a minimum of 48-inch along the curb ramp or landing where
the pedestrian access route enters the street, and shall be located so that the edge nearest
the curb line is a minimum of 6-inch and a maximum of 8-inch from the extension of the face
of curb. Detectable warning Dome-Tile surface maybe curved along the corner radius. The
method of Dome-Tile installation shall be in accordance with the manufactures instruction.
Cost of detectable warning Dome-Tile and installation, shall be included in this pay item.
This item shall include the construction of new Standard 4-inch ADA wheelchair ramp that
includes a detectable warning Dome-Tile surface at various locations as to be determined in
field by the Construction Engineer, due to a 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 enclosed details for Wheelchair Ramp (with
detectable warning Dome-Tile surface, and City Standard Specifications Item No . 104
"Removing Old Concrete", and Item 504 "Concrete Sidewalk Driveways", except as herein
modified.
All concrete shall be designed to achieve a minimum compressive strength of 3,000 pounds
per square inch in seven (7) calendar days .
City of Fort Worth, Texas
Special Provisions For Street and Storm Dra in Improvements
PMO Release Date : 07/28 /2010
Page SP-23 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Contractor shall sawcut existing sidewalk, curb and gutter, and pavement prior to wheelchair
ramp removal.
The price bid per square foot for "DRIVEWAY -INSTALL" as shown in the Proposal will be
full payment for materials necessary to complete the work for that item.
52 . PAY ITEMS -WALK -REMOVE (BID-00529), CURB & GUTTER -REMOVE (BID-
00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), DRIVEWAY -
REMOVE (BID-00402), INLET -REMOVE (BID-00102) AND PAVEMENT-CONCRETE
-REMOVE (BID-00457):
These items include removal of existing concrete sidewalks, driveways, steps, leadwalks
and/or wheelchair ramps at location shown on the plans or as designed by the ENGINEER.
See Item No. 104 "Removing Old Concrete", for Specifications governing this item .
53 . PAY ITEMS -WALK -STEPS -REMOVE (BID-00537) and WALK -STEPS -
INSTALL (BID-00536):
See Standard Specification Item No. 516, "Concrete Steps" for specifications governing this
item as well as Detail SM-3.
The price bid per square foot for "WALK -STEPS -REMOVE " and "WALK -STEPS -
INSTALL" as shown in the Proposal will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the removal and construction of the
concrete steps .
54 . PAY ITEMS -FENCE -REMOVE (BID-00127), FENCE -INSTALL (BID-00126). AND
FENCE-CHAIN LINK -INSTALL (BID-00128):
This item shall include the removal and reconstruction (or installation of new)of the existing
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 to they may
be used in reconstructing the fence. Their constructed fence shall be equal in every way, or
superior, to the fence removed. The Contractor shall be responsible for keeping livestock
within the fenced areas during construction operation and while removing and relocating .the
fence, and for any damage or injury sustained by persons, livestock 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 for each.
55. PAY ITEM-CURB & GUTTER-7 INCH W/ 18" GUTTER -INSTALL (BID-00426):
All provisions of Standard Specification No. 502 'Concrete Curb and Gutter' shall apply
except as modified herein :
Subsidiary to the unit price bid per linear foot shall be the following:
A minimum of 5" or greater as required depth of stabilized subgrade properly compacted
under the proposed curb and gutter as shown in the construction details.
If the Contractor fails to backfill either in from of the gutter or behind the curb within seven
(7) calendar days of pouring the curb and gutter, the amount paid for the curb and gutter
shall be reduced by 25% until the backfill operation is complete .
City of Fort Worth . Texas
Specia l Provisions For Street and Storm Drain Improvements
PMO Release Date: 07 /28 /20 10
Page SP-24 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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.
56. PAY ITEMS -MAILBOX -REMOVE (BID-00408) and MAILBOX -INSTALL (BID-
00407)
This item includes the removal and reconstruction of existing mailboxes within the right of
way which may be damaged or removed during construction. When possible, the Contractor
shall salvage existing materials for reuse in the replacement or repair of damaged or
removed items. Items which are to be repaired or reconstructed should look architecturally
the same in material and appearance and should be reconstructed or repaired in a better or
new condition.
All applicable provisions of City of Fort Worth Construction Standards shall apply .
57 . PAY ITEM -FILL MATERIAL-BORROW-INSTALL (00543): (OMIT)
58. PAY ITEM-PAVEMENT-VALLEY GUTTER -INSTALL (BID-00473):
This item shall include the construction of concrete valley gutters at various locations to be
determined in field.
Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item .
Furnishing and placing of 2 :27 concrete base and crushed limestone to a depth as directed
by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter
details shall be subsidiary to this Pay Item.
See standard specification Item 314 "Concrete Pavement", 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".
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 .
59 . PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL-INSTALL (BID-
00101):
Work under this item includes all the proposed excavation and backfill in the project area
and the necessary fill area (if any). Payment will be made for the quantity of earth
excavated/backfilled from the trench in cubic yards . The placing of fill shall be subsidiary to
City of Fort Worth , Texas
Special Provisions For Street and Storm Dra in Improvements
PMO Release Date: 07/28/2010
Page SP-25 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
the trench excavation/backfill price . Excess material which is obtained from excavating : the
trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort
Worth Standard Specifications 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 material shall be subsidiary to the unit prices .
60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP -
INSTALL (BID-00100):
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 Act ivity) or five or more acres of total land (Large Construction Activity). The
Contractor is defined as an "operator'' by state regulations and is required to obtain a permit.
Soil stabilization and structural practices have been selected and designed in accordance
with North Centra l 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
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 $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
City of Fort Worth , Texas
Special Provisions For Street and Storm D rai n Improve ments .
PMO Release Date : 07/28/2010
Page SP-26 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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
provided with three copies of the SWPPP after award of contract, along with unbounded
copies of all forms to be submitted to the Texas Commission on Environmental Quality .
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the
TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ
requirements prepared by the ENGINEER shall be prepared and implemented at least 48
hours before the commencement of construction activities . The SWPPP shall be
incorporated into in the contract documents . The Contractor shall submit a schedule for
implementation of the SWPPP . Deviations from the plan must be submitted to the
ENGINEER for approval. The SWPPP is not warranted to meet all the conditions of the
permit since the actual construction activities may vary from those ·anticipated during the
preparation of the SWPPP . Modifications may be required to fully conform to the
requirements of the Permit. The Contractor must keep a copy of the most current SWPPP at
the construction site . Any alterations to the SWPPP proposed by the Contractor must be
prepared and submitted by the Contractor to the ENGINEER for review and approval. A
Notice of Termination (NOT) form shall be submitted within 30 days after final stabilization
has been achieved on all portions of the site that is the responsibility of the permittee, or,
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improve ments
PMO Release Da te: 07/28/20 10
Page SP-27 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
when another permitted operator assumes control over all areas of the site that have not
been finally stabilized. 1
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 d ikes,
interceptor swales, sediment traps and basins, pipe slope drain , inlet protection, stabi lized
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.
61 . PAY ITEM-TRAFFIC CONTROL-INSTALL (810-00181):
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 6701d Vernon's Civil Statutes,
pertinent sections being Section Nos . 27, 29, 30 and 31.
Unless otherwise included as part of the Construction documents , the Contractor shall
submit a traffic control plan (duly sealed , signed and dated by a Registered Professional .
Engineer (P.E.) in the state of Texas}, to the City Traffic Engineer [Tel (817)392-8770] at or
before the preconstruction conference. The P.E. preparing the traffic control plan may utilize
standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website.
Although work will not begin until the traffic control plan has been reviewed and approved,
the Contractor's time will begin in accordance with the timeframe mutually established in the
'Notice to Proceed' issued the Contractor.
The Contractor will not remove any regulatory sign , instructional sign , street name sign or
other sign , which has been erected by the City . If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation and
Public Works Department 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
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07 /2 8/2 010
Page SP-28 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 certa in locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer.
The lump sum pay item for traffic control shall cover design , and I or installation and
ma intenance of the traffic control plans .
62 . PRE BID ITEM -SIGN -PROJECT DESIGNATION -INSTALL (BID-00504):
The Contractor shall construct and install two (2) Project Des ignation Signs and it will be the
responsibility of the Contractor to mainta in 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 , paint ing 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 has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work .
63. PRE BID ITEM -UTILITY ADJUSTMENT-REPAIR (BID-00414):
This item is included for the basic purpose of establish ing 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 .
City of Fort Worth , Texas
Speci al Provis io ns Fo r Street and Storm Dra in Improvem ents
PMO Relea se Date : 07/2 8/20 10 '
Page SP -2 9 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
64. PRE BID ITEM -TOP SOIL -INSTALL (BID-00147):
The proposed quantities shown are calculated to provide topsoil 4 to 6 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 .
65 . PRE BID ITEM -VALVE BOX -ADJUSTMENT -SERVICES (BID-00847):
Contractor will be responsible for adjusting water valve boxes to match new pavement
grade. The water valves themselves will be adjusted by City of Fort Worth Water
Department forces.
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work .
66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849):
This item shall include adjusting the tops of existing and/or proposed manholes to match
proposed grade as shown on the plans or as directed by the ENGINEER. Standard
Specification Item No . 450 shall apply except as follows :
Included as part of this pay item shall be the application of a cold-applied preformed
flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints
on concrete manhole sections as per current City Water Department Special Conditions.
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
67. PRE BID ITEM -METER BOX-ADJUSTMENT -SERVICES (810-00848):
This item shall include raising or lowering an existing meter box to the parkway grade
specified . No payment will be made for existing boxes, which are within 0.1' of specified
parkway grade .
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work .
68 . NON PAY ITEM-PAVEMENT -SILICONE JOINT SEALANT
City of Fort Worth . Texas
CITY OF FORT WORTH , TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
for
SILICONE JOINT SEALING
(Revision 1, October 18 , 1989)
(Revision 2, May 12 , 1994)
Special Provisions For Street and Storm Dra in Improvements
PMO Release Date: 07/28/2 010
Page SP-30 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
1. SCOPE
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials" of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF
FORT WORTH, and Item 2 .210 "Joint Sealing" of STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF
GOVERNMENTS.
2. MATERIALS
2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for
Class A sealant except as modified by the test requirements of this
specification . Before the installation of the joint sealant, the Contractor shall
furnish the ENGINEER certification by an independent testing laboratory that
the silicone joint sealant meet these requirements.
2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year
demonstrated, documented successful field performance with Portland
Cement Concrete pavement silicone joint sealant systems. Verifiable
documentation shall be submitted to the ENGINEER. Acetic acid cure
sealants shall not be accepted. The silicone sealant shall be cold applied .
2.3 Self-Leveling Silicone Joint Sealant
The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint
sealant as manufactured by Dow Corning Corporation, Midland, Ml 48686-
0994, or an approved equal.
Test Method
AS SUPPLIED
****
MIL-S-8802
ASTM D 1475
****
****
****
AS CURED-
ASTM D 412, Die
ASTM D 3583
(Sect. 14 Mod .)
ASTM C 719
City of Fort Worth, Texas
Self-Leveling Silicone Joint Sealant
Non Volatile Content, % min .
Extrusion Rate, grams/minute
Specific Gravity
Skin-Over Time, minutes max.
Cure Time, days
Full Adhesion, days
Mod . Elongation,% min.
Modulus @ 150% Elongation, psi max.
Movement, 10 cycles@ +100/-50%
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-31 of 46
Requirement
96 to 99
275 to 550
1.206 to 1.340
60
14 to 21
14 to 21
1400
9
No Failure
ASTM D 3583
(Sect. 14 Mod .)
ASTM D 3583
(Sect. 14 Mod .)
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Adhesion to Concrete ,% Elongation min .
Adhesion to Asphalt, % Elongation min .
600
600
2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod
and polyethylene bond breaker tape of sufficient size to provide a tight seal. The
back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint
sealant from flowing to the bottom of the joint. The backer rod and breaker tape
shall be compatible with the silicone joint sealant and no bond or react ion shall
occur between them . Reference is made to the "Construction Detail " sheet for the
various joint details with their respective dimensions .
3 . TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be
initially saw cut to the required depth with the proper joint spacing as shown on
the "Construction Detail " sheet or as directed by the ENGINEER w ithin 12 hours of
the pavement placement. (Note that for the "dummy" joints , the initial 1/4 inch
width "green " saw-cut and the "reservoi r" saw cut are identical and should be
part of the same saw cutt ing operation . Immediately after the saw cutting
pressure washing shall be applied to flush the concrete slurry from the freshly
saw cut joints .) The pavement shall be allowed to cure for a minimum of seven
(7) days . Then the saw cuts for the joint sealant reservoir shall be made , the
joint cleaned , and the joint sealant installed . During the application of the joint
sealant , the weather shall not be inclement and the temperature shall be 40F (4C)
and rising.
4 . EQUIPMENT
4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor
shall keep his equipment in a satisfactory working condition and shall be
inspected by the ENGINEER prior to the beginning of the work . The minimum
requirements for construction equ i pment shall be as follows :
4 .2 Concrete Saw: The sawing equ ipment shall be adequate in size and power to
complete the joint sawing to the required dimensions .
4 .3 High Pressure Water Pump: The high pressure cold water pumping system
shall be capable of delivering a sufficient pressure and volume of water to
thoroughly flush the concrete slurry from the saw-cut joint.
4.4 Air Compressors : The delivered compressed air shall have a pressure in
excess of 90 psi and 120 cfm . There shall be suitable reaps for the removal
of all free water and oil from the compressed air. The blow-tube shall fir into
the saw-cut joint.
4 .5 Extrusion Pump: The output shall be capable of supplying a sufficient vol ume
of sealant to the joint.
City of Fort Worth , Texas
S pecial Provisions For Street and Storm Dra in Im provements
PMO Release Date : 07/28/20 10
Page SP-32 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
I
4 .6 Injection Tool: This mechanical device shall apply the sealant uniformly into
the joint.
4.7 Sandblaster: The design shall be for commercial use with air compressors as
specified in Paragraph 5.4.
4 .8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination . They shall be compatible with the join depth and width
requirements.
5. CONSTRUCTION METHODS
5.1 General: The joint reservoir saw cutting, cleaning , bond breaker installation,
and joint sealant placement shall be performed in a continuous sequence of
operations
5.2 Sawing Joints : The joints shall be saw-cut to the width and depth as shown on
the "Construction Detail" sheet. The faces of the joints shall be uniform in
width and depth along the full length of the joint.
5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall
be completely removed from the joint and adjacent area by flushing with high
pressure water. The water flushing shall be done in one-direction to prevent
joint contamination .
When the Contractor elects to saw the joint by the dry method, flushing the
joint with high pressure water may be deleted. The dust resulting from the
sawing shall be removed from the joint by using compressed air. (Paragraph
Rev. 1, October 18, 1989)
After complete drying, the joints shall be sandblasted. The nozzle shall be
attached to a mechanical aiming device so that the sand blast will be directed
at an angle of 45 degrees and at a distance of one to two inches from the
face of the joint. Both joint faces shall be sandblasted in separate, one
directional passes. Upon the termination of the sandblasting, the joints shall
be blown-out using compressed air. The blow tube shall fit into the joints .
The blown joint shall be checked for residual dust or other contamination. If
any dust or contamination is found, the sandblasting and blowing shall be
repeated until the joint is cleaned . Solvents will not be permitted to remove
stains and contamination.
Immediately upon cleaning, the bond breaker and sealant shall be placed in
the joint. Open , cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape : The bond breaker rod and tape shall be
installed in the cleaned joint prior to the application of the joint sealant in a
manner that will produce the required dimensions .
City of Fort Worth , Texas
Special Provisions 'For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-33 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
5.4 Joint Sealant: Upon pla~ement of the bond breaker rod and tape, the joint
sealant shall be applied: using the mechanical injection tool. The joint sealant
application shall not be . permitted when the air and pavement temperature is
less than 40F (4C). Joints shall not be sealed unless they are clean and dry.
Unsatisfactorily sealed joints shall be refilled. Excess sealant left on the
pavement surface shall be removed and discarded and shall not be used to
seal the joints.
The pavement surface shall present a clean final condition.
Traffic shall not be allowed on the fresh sealant until it becomes tack-free .
Approval of Joints: A representative of the sealant manufacturer shall be
present at the job site at the beginning of the final cleaning and sealing of the
joints. He shall demonstrate to the Contractor and the ENGINEER the
acceptable method for sealant installation. The manufacturer's representative
shall approve the clean, dry joints before the sealing operation commences.
6. WARRANTY
The Contractor shall provide the ENGINEER a manufacturer's written guarantee on
all
joint sealing materials. The manufacturer shall agree to provide any replacement
material free of charge to the City . Also, the Contractor shall provide the
ENGINEER a written warranty on all sealed joints. The Contractor shall agree to
replace any failed joints at no cost to the City. Both warranties shall be for two
years after final
acceptance of the completed work by the ENGINEER.
7. BASIS OF PAYMENT
All costs associated with concrete joint sealant shall be subsidiary to the
concrete item and no other compensation will be provided.
69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT:
The concrete pavement acceptance policy shall be as follows:
A. Penalty for D~ficient Pavement Thickness. There shall be no acceptance of deficient
' pavement thickness other than the tolerances specified below .
1. Pavement thickness deficiency up to 0.25-inch will be considered as satisfactory and the contract
unit price will be used for payment if the average thickness within the project meets or exceeds
the specified designed thickness.
2. Deficiencies of greater than 0.25-inch shall be removed and replaced with pavement of plan
thickness at contractor's entire expense .
B. Cracked Concrete Acceptance Policy.
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-34 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
If cracks exist in concrete pavement upon completlon of the project, the Project Inspector shall
make a determination as to the need for action to address the cracking as to its cause and
recommended remedial work. If the recommended remedial work is routing and sealing of the
cracks to protect the subgrade, the Inspector shall make the determination as to whether to rout
and seal the cracks at the time of final inspection and acceptance or at any time prior to the end of
the project maintenance period . The Contractor shall perform the routing and sealing work as
directed by the Project Inspector, at no cost to the City , regardless of the cause of the cracking .
If remedial work beyond routing and sealing is determined to be necessary , the Inspector and the
Contractor will attempt to agree on the cause of the cracking . If agreement is reached that the
cracking is due to deficient materials or workmanship , the Contractor shall perform the remedial
work at no cost to the City . Remedial work in this case shall be limited to removing and replacing
the deficient work with new material and workmanship that meets the requirements of the contract.
If remedial work beyond routing and sealing is determined to be necessary, and the Inspector and
the Contractor agree that the cause of the cracking is not deficient materials or workmanship, the
City may request the Contractor to provide an estimate of the cost of the necessary remedial work
and/or additional work to address the cause of the cracking , and the Contractor will perform that
work at the agreed-upon price if the City elects to do so.
If remedial work is necessary, and the Inspector and the Contractor cannot agree ·on the cause of
the cracking, the City may hire an independent geotechnical engineer to perform testing and
analysis to determine the cause of the cracking . The contractor will escrow 50% of the proposed
costs of the geotechnical contract with the City . The Contractor and the City shall use the services
of a geotechnical firm acceptable to both parties .
If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's
deficient material or workrrianship, the remedial work will be performed at the Contractor's entire
expense and the Contractor will also reimburse the City for the balance of the cost of the
geotechnical investigation over and above the amount that has previously been escrowed .
Remedial work in this case shall be limited to removing and replacing the deficient work with new
material and workmanship that meets the requirements of the contract.
If the geotechnical engineer determines that the primary cause of the cracking is not the
Contractor's deficient material or workmanship , the City will return the escrowed funds to the
Contractor. The Contractor, on request , will provide the City an estimate of the costs of the
City of Fort Worth , Texas
· Special Provisions For Street and Storm Drain Improvements
PMO Re lease Date: 07/28/2010
Page SP-35 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
necessary remed ial wo r~ and/or add itiona l work and will perform the work at the agreed-upon price
as directed by the City .
70 . NON-PAY ITEM -CLEARING AND GRUBBING :
All objectionable items w ithin the limits of this project and not otherwise provided for sha ll be
removed under th is item in accordance with Standard Specification Item 102 , "Clearing and
Grubbing ." However, no direct payment will be made for th is item and it shall be cons idered
incidental to this contract.
71 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL:
All applicable provis ions 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.
72 . 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 pr ior 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 obta ined
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 numbe r. Any damage to public trees d ue 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 .
73 . NON-PAY ITEM-CONCRETE COLORED SURFACE :
Concrete wheelchair ramp surfaces , excluding the side slopes and curb , shall be colored
w ith 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
manufacturers ' instructions . Contractor shall provide a sample concrete panel of one foot by
one foot by three inches dimension, or other dimension approved by the ENGINEER,
meeting the aforementioned specifications. The sample , upon approval of the ENGINEER,
shall be the acceptable standard to be applied for all construction covered in the scope of
this Non-Pay Item . No direct payment will be made for this item and it shall be considered
incidental to this contract.
The method of application shall be by screen , sifter, sieve, or other means in order to
provide for a uniform color d istribution .
7 4 . NON-PAY ITEM -PROJECT CLEAN-UP :
City of Fort W orth , Texas
Specia l Provisions For Street an d Storm Drai n Improveme nts
PMO Re lease Date: 07/28/2 010
Page SP-36 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 opin ion 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 :
• Sweepi ng 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 condit ion, 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.
75 . 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 subm itted in
PDF format, and schedule files shall also be submitted in native file format (i.e . fi le 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 prepari ng 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 , maintained , and progressed that accurately
represents the scope of work performed .
75.(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)
City of Fort Worth , Texas
Special Provis ions For Street and Sto rm Dra in Improve me nts
PMO Re lease Da te : 07/28 /201 0
Page SP -37 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
payment appljcation will only be processed after the detailed baseline construction schedule
has been submitted by the CONTRACTOR and accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction schedule.
a. Milestone dates and final project completion dates shall be developed to conform to
the time constraints , sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days . Fabrication, delivery and submittal activities are
exceptions to this guideline .
c. Activity durations shall be in work days and normal holidays and weather conditions
over the duration of the contract shall be accounted for within the duration of each
activity.
d . The critical path shall be clearly shown on the construction schedule .
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not for
the exclusive use or benefit of the CONTRACTOR or OWNER.
f . Thirty days shall be used for submittal review unless otherwise specified .
The construction schedule shall be divided into general 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
75(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
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28 /2 010
Page SP-38 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 .
75(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.
76. 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
doci.Jments. 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:
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-39 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
1. Adhere to all Tier 3 requirements , and additionally the following :
2 . Work (Schedule of Values Pay Items using the OWNER's standard ite ms)
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.
77 . NON-PAY ITEM-NOTIFICATION OF RESIDENTS :
In order to cut down on the number of comp laints from residents due to the dust generated
when saw-cutting joints in concrete pavement , the Contractor shall notify residents , in
w rit ing , at least 48 hours in advance of saw-cutting joints during the constructior;i of paving
projects .
All costs involved with providing such written notice shall be considered subsidiary to this
contract.
78. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING 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 sha ll 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 ., 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
t o begin construction on any block until the flyer is delivered to all residents of the block . An
electronic version of the sample flyer can be obtained from the construction office.
All work involved w ith the pre-construction notification flyer shall be considered subsid iary to
the contract price and no additional compensation shall be made.
79 . NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING:
City of Fort Worth , Texa s
Specia l Provisi ons For Street and Storm Drain Improveme nts
PMO Rel ease Date: 07/28/2 010
Page SP -4 0 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
After the pte-construction conference has been held but before construction is allowed to
begin on tHis project a public meeting will be held at a location to be determined by the
ENGINEER The Contractor, inspector, and project manager shall meet with all affected
residents and present the projected schedule , including construction start date, and answer
any construction related questions . Every effort will be made to schedule the neighborhood
meeting within the two weeks following the pre-construction conference but in no case will
construction be allowed to begin until this meeting is held.
80 . NON-PAY ITEM -WASHED ROCK:
All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER
shall 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 .
81. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE:
When existing concrete or H.M.A.C . is cut, such cuts shall be made with a concrete saw.
The Contractor may 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.
82 . 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.
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-41 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
83. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making
lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the
respective lines.
84. 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.
85. 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.
86 . 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 . Th·e ·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 channels,
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, 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 course, lakes, ponds or other
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-42 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
areas of water impoundment. Such work may involve the construction of
temporary berms, dikes, dams , sediment basins, 1 slope drains and use of
temporary mulches, mats, seeding or other control devices or methods directed
by the ENGINEER as necessary to control soil erosion . Temporary pollution-
control measures shall be used to prevent or correct erosion that may develop
during construction prior to installation of permanent pollution control features, but
are not associated with permanent control features on the project. The
ENGINEER will limit the area of preparing right-of-way, clearing and grubbing,
excavation and borrow to be proportional to the CONTRACTOR'S capability and
progress in keeping the finish grading, mulching, seeding, and other such
permanent pollution-control measures current in accordance with the accepted
schedule . Should seasonal conditions make such limitations unrealistic,
temporary soil-erosion-control measures shall be performed as directed by the
ENGINEER.
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.
City of Fort Worth, Texas
Special Provisidns For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-43 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
F. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary
to provide temporary erosion control shall be considered subsidiary I to the
contract and no extra pay will be given for this work .
87 . PAY ITEM -HEADWALL -INSTALL (BID-00069)
See Standard North Central Texas Council of Governments Standard Specifications Section
803.3 for specifications governing this item as well as Standard Details SD-017 and SD-018 .
88 . PAY ITEM -PIPE 24 " -CL Ill -INSTALL (BID-00082) AND PIPE 21 " -CL Ill -
INSTALL (BID-00081)
See Standard Specification Item No. 440 , "Reinforced Concrete Pipe" for specifications
governing this item.
All provisions of Standard Specification No . 440 .5 "Payment" shall apply except as modified
herein:
1) Excavation and backfill shall be included in the unit price for this item . There will
be no separate pay item for excavation and backfill as it relates to this pay item.
89 . PAY ITEM -RETAINING WALL -REMOVE (BID 00412)
See Standard Specification Item No. 104, "Removing Old Concrete " for specifications
governing this item .
All provisions of Standard Specification No . 104.2 "Construction Methods" shall apply except
as modified herein:
2) All retaining walls shall be included and subject to these provisions .
All provisions of Standard Specification No. 104 .3 "Measurement" shall apply except as
modified herein :
90 .
1) Measurement of existing concrete retaining wall to be removed shall be by linear
foot regardless of other dimensions .
PAY ITEM-SIGN-ADDRESS ON CURB -INSTALL (BID-00003)
This item shall include painting of house addresses on curb or driveway radiuses that are
removed and replaced in this contract.
Contractor shall complete the painting of house curb addresses within ten (10) working days
from the day of completing the HMAC overlay on any street, if the contractor fails to
complete the work within ten (10) working days , $100 dollars liquidated damage will be
assessed per block per day .
1. All materials shall be of recent product, and suitable for its intended purpose .
2. Surface preparation and application shall be in strict compliance with manufacturer's
recommendations .
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-44 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
3. The paint shall NOT be applied; if the new concrete curb has aged less than a
minimum of 28 days, and if weather condition may harm or damage the finish
surface.
4. The background paint shall be equal to or exceed #5160 White Latex Striping paint
manufactured by Kwal Paint or approved equal.
5. The letters paint shall be equal to or exceed #6306 Black Latex Exterior paint
manufactured by Kwal Paint or approved equal.
6. The minimum size for the background shall be 6" high x 16" long, and the minimum
size for the letters shall be 4" high .
The unit price bid, per each , will be full compensation for all labor, material, tools, and
incidentals necessary to complete the work .
91 . PAY ITEM -PAVEMENT-2 INCH MIN OVERLAY -REPLACE (810-00445)
This item includes asphalt for overlay at a minimum of 2 inches thick and edge milling as
required to match existing pavement.
Following Testing Procedure consistent with procedure outlined in SP 50 PAY ITEM -
PAVEMENT-6 INCH HMAC -INSTALL.
92. PAY ITEM -INLET-INLINE-10 FT -INSTALL (BID-00106) AND INLET-INLINE-5 FT
-INSTALL (BID-00109)
See City of Fort Worth Standard Specifications for Street and Storm Drain Construction Item
444 for specifications governing these items .
93. PAY ITEM -MANHOLE-INSTALL (BID-00115)
See City of Fort Worth Standard Specifications for Street and Storm Drain Construction Item
444 for specifications governing these items.
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-45 of 46
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(To be printed on Contractor's Letterhead)
Date : -----
CityNo: __
PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for:
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 COMP ANY 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.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-46 of 46
City of Fort Worth, Texas
Mayor and Counc:il Communication
COUNCIL ACTION: Approved on 71812008
DATE: Tuesday, July 08, 2008
. LOG NAME: 30WAGE RA TES
SUBJECT:
REFERENCE NO.: **G-16190
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 fo r 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.
TO Fund/Account/Centers
Submitted for City. Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Eric Bundy (7598)
HEAVY & HIGHWAY CONSTRUCTION
PREVAILING WAGE RATES 2008
Air Tool Ooerator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber :
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
F)agger
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 Ooerator, 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/famping
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 Barricade Servicer
$10.06
$13 .99
$12.78
$11.01
$ 8.80
$14.15
$ 9.88
$13.22
$12 .80
$12.85
$13.27
$12.00 --
$13.63
$12.50
$13.56
$14.50
$10.61
$14.12
$18.12
$ 8.43
$11.63
$11.83
$13.67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$11.83
$11.58
$15.20
$14.50
, $14.98
$13.17
$10.04
$11.04
$14.86
$16.29
$11.07
$10.92
$11.28
$11.42
$12.32 _
$12 .33
$10.92
$12.60
$12.91
$12.03
$14.93
$11.47
$10.91
$11.75
$12 .08
$14.00
$13 .57
$10,09
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
( c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of2258.023, 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 c;laimants 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 ail alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial ·
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
'
( e) Records to be Maintained. The contractor and each subtjontractor 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.
•
·:v·.
--------:is .3s·~--_____ __.;,j
Tott \'l(W Of'.-LID .
~ ,-::;· ·.
i ,"'. -•.
~
.. · ... "·.
,,,.-....... ---------;•.;.,· -· ~--·· .. . . . .. ·. ---. .;.· ---'-----,o~I · ~ · · ~ ~
•••\:.t'.·······::;µ~t~~c~::··~·'.·1··1··
:LIO ::ENifEt.CVATION •.
-:-•· ;:: :
:.GAUGt WCLO!:D
WIRt r"RAMt
,-<:Tn Of rORT ·.~ TIXA,.
. W1'TER .DEPARl'Mf;NT
CI.A=5S -~A" .-'TD.GONCP.CTE
MtTrA 60.lCW/TH C; I.
LI O>f'O~ ~~:fl" .ME:TtRS
,c .. ~c , ... ,::, .. ow•i ·
' -~
\NT R -Ot6A . f .
L'
SECTION 6-TECHNICAL SPECIFICATIONS
-
•
-•
-SECTION 7 -CONTRACTS, BONDS AND INSURANCE
7 .1 Certificate of Insurance
7 .2 Contractor Compliance with Workers' Compensation Law
7 .3 Conflict of Interest Questionnaire
7.4 Performance Bond
7.5 Payment Bond
7.6 Maintenance Bond
7. 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 Transportat ion and City of Fort Worth Project No . C295-541200-
20940-0098383, P253-541200-60917-0098383.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR CPS:!!
By :~ Na:,.,...._e:.,.,~-b----i -~-°t.-!-t1t...., ___ _
Title : c::;.., t:J LJ
Date : __._ _________ _
Before me , the undersigned authority , on this day personally appeared
~ ~J; F -"t-!-'?:t,..., , known to me to be the person whose name is subscribed to the
foregoing instrument, and acknowledged to me that he executed the same as the act and deed
of CPS CIVIL, LLC for the purposes and consideration therein expressed and in the capac ity
therein stated .
Given Under My Hand and Seal of Office thi ~ day of 0.A..CJ , 20 to
"'i""'''' ~:~~~.'!r,(~ JULIETA_ R. HENJUM g•':' ":"} Notary Public, State ofTexas
\~ .,~j My Commission Expires ~+,;~f.=.1~t,+' October 10, 2012
Bond No. ASB-524455
PERFORMANCE BOND
THE STATE OF TEXAS
KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT
American Safety Casualty
That we (I) CPS CIVIL, LLC as Principal herein, and (2) Insurance Company I a corporation
organized under the laws of the State of (3) Oklahoma , 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 FOUR HUNDRED FORTY-THREE THOUSAND FIFTY-FIVE DOLLARS AND FIFTY
CENTS ...
($1 1443,055.50) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators.
successors and assigns, jointly and severally, firmly by these presents.
WHEREAS, Principal has entered into a certain contract with the Obligee dated the of __ rJAN __ f_5_!_0_11
a copy of which is anached hereto and made a part hereof, for the construction of:
2007 CRITICAL CAPITAL PROJECT DISTRICT 9 PART IV GROUP 9C
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 WHF.RF.OF , the duly authori,.ed represt:nlativcs of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this of __ J_A_N_2_5_2_0_1_1_.20_.
ATTEST:
(Principal) Secretary
(SEAL)
(SEAL)
BY ·'""""'-..-~"-----.-------~
Title : C..,tt?V 2o\~ \:i:tt,lf..Ok
1215 CREST LANE DRIVE
DUNCANVILLE, TEXAS 75137
American Safety Casualty Insurance Company
Surety
'-:: ~ . ,.... --... .. ,.
"\;., ---. __ /'
100 Galleria Pkwy , Suite 700 _.-,
Atlanta , GA 30339 "-----. (Address) ~
NOTE: Date of Bond must not iie ? -::; ---
prior to date of ContracC · -:-: ~ -...
(I) Correct Name of C on_tr-ae;~-:,.-_ '. ,, ~'
(2) Correct name of Surety~-.: • ,.. ·
_K_el~ly_B_r_ad~y~--------____ _
Witness as to Surety
_fi05J Keller Spri~Rd ., Suite 4QO,Mdison, TX 75001
(Address)
(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 OF TARRANT
§
§
§
Bond No. ASB-524455
PAYMENT BOND
KNOW ALL BY THESE PRESENTS :
American Safety Casualty
That we , (I) CPS CIVIL, LLC, as Principal herein. and (2) Insurance Company a
corporation organized and existing under the laws of the State of (3) Oklahoma , 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 FOUR HUNDRED FORTY-THREE THOUSAND FIFTY-
FIVE DOLLARS AND FIFTY CENTS ... Dollars ($1,443,055.50) for the payment whereof, the said Principal and
Surety bind thw1selvcs and their heirs , executors, administrators , successors and assigns, jointly and severally.
firmly by these presents :
WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the _day of, ,
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:
2007 CRITICAL CAPITAL PROJECT DISTRICT 9 PART IV GROUP 9C
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code. as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void; otherwise , to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said
statute, to the same extent as if it were copied at length herein .
IN WITNESS WHEREOF. the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED th is day of.. JAN 2 5 2011 , 20 _ .
ATIEST:
(Principal) Secretary
~ Witness :
By : ......::::6--';f----------
Name: ~\j;:--'£; 1\.1.,:uv
Title : C<O o
1215 CREST LANE DRIVE
DUNCANVILLE, TEXAS 75137
American Safety Casualty Insurance Company
SURETY
~~ By ~•.__Q~
Name : Sandra Lee Roney
Attorney in Fact , ,·""'' ~ '_ _ · ._
,," ... ..-.. ""\.' .. : .,, -:--.. .. .. .....
Kelly Brady
~ .... ' . .
Address : 100 Galleria f;k-~,w~; s uit-~-700··-... ~-·:.
Atlanta GA 3Ll~39--' ----'-==-=~=~-~~~=--:=--_-""" __ --· ---------=;.---· --=---#-" ..... .:
-=:. ~ ~,:-;;. ~ -;_ .. ---~~
(SE AL)
Witness as to Surety Telephone Number: r.aoo..:3aa -3M7 -:::-_.-·.:::: ....... ::::
·----~--:.:_~~~-~~::l:~--: ' ........
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. ASB-524455
MAINTENANCE BOND
THE ST A T E OF TEXAS §
COUNTY OF TARRANT §
That CPS CIVIL, LLC ("Contractor"), as principal, and American Safety Casualty Insurance Company a
corporat ion organized under the laws of the State of Oklahoma ("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 Constitut ion and laws of the State of Texas , ("City") in Tarrant
County , Texas, the sum of ONE MILLION FOUR HUNDRED FORTY-THREE THOUSAND FIFTY-
FIVE DOLLARS AND FIFTY CENTS ... Dollars ($1,443,055.50), 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 obligat ion is cond itioned, however , that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the of , , a copy of which is hereto attached and made a part hereof, for the performance
of the following described public improvements:
2007 CRITICAL CAPITAL PROJECT DISTRICT 9 PART IV GROUP 9C
the same be ing referred to herein and in said contract as the Work and being designated as project
number(s) C295-541200-20940-0098383, P253-541200-60917-0098383 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 ma intain 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 per iod, 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 perfonn 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 obligat ion 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, th is instrument is executed in§. counterpart(s}, each of wh ich
shall be deemed an original , th is day of JAN 2 5 2011 , 20_A.D.!
ATIEST:
(SEAL)
~ W itness :
(SE AL)
American Safety Casualty Insurance Company
Surety
By : ~60~~
' '\ -:: ~ \_
Name : Sand ra Lee Roney ,.::, •• . : '-:-
Title : Attorney in Fact
--.. ~.. .. ..
-·,
~ _-;
-:':"' -..,,,,...,. ---. -_: ..
. ' --: .. ::::
100 Galleria Pkwy ., Su ite 700 :::._ ·-: -
-'--"--''-"""-'="""-~"-'-'-'--"-'~-'--"-'"-----'-..C....,..,--"_ -=. -----~ ,-
. .,,,, . ~ ' " Atlanta GA 30339 ·-, , ..... --,..;'. ,
Address
AMERICAN S4FETY INSURANCE POWER OF ATTORNEY
NUM BER
ASB -524459
KN OW ALL MEN BY THESE PRESE NTS , that American Safety Casualty In su rance Company has made , constituted and appointed , and by these
presen ts does make , constitute and appo ints Patric ia Lee Bartlett , Carolyn J . Goodenough ,Sammy Joe Mull is, Jr., John W illiam
Newby ,Sandra Lee Rone y.Michael Tullis , Mary Jo Za krzewsk i
its true and lawful attorney-in-fact , for it and its name , place , and stead to execute on beha lf of the sa id Company, as surety , bonds , undertak ing and
contracts of suretyship to be given to
ALL OBLIGEES
prOllided that no bond or underlakinQ or contract of suretyship executed under this autho ri ty shallexceed in amount the sum of
***THREE MILLION***($3,000,000 .00) DOLLARS***
Th is Power of Attorney is granted and is signed and sealed by facs imil e under and by the authority of the following Resolution adopted by the Board of
Di rectors of the Company of the 611> day of August , 2009 .
RESO LVED , that the President In conj11ncti on with the Secretary or any Ass istant Secretary may appoint attorneys-in-fact or agents 'wifll authority as
defined or li mited in the instrument evidencing the appointment in each case , for and on behalf of the Company , to execute and deliver and affix the
seal of the Company to bands , undertakings , recognizances , and suretyship obligations of all kinds ; and said officers may remove any such attorney-i n-
fact or agent and revoke any power of attotney previously granted to such persons .
RESOLVED FURTHER , that any bond , undertak ing , recogn izance , or suretysh ip obligation shall be val id and binding upon the company when :
(i) when signed by the Pres ident or any Vice-Pres ident and attested and sealed (if a seal is requ ired ) by any Secretary or Ass istant Secretary or (ii)
when signed by the President or any Vice -Pres ident or Secretary or Assistant Secretary, and counter-signed and sealed (if a seal is required) by a duly
authorized attorney-in-fact or agent ; or (iil) 'When duly executed and sealed (i f a seal is requir~d) by one or more attorney-in-fact or agents pursuant to
and with in the li mits of the authority evidenced by the power of attorn ey issued by the Company to such person or pe rsons .
RESOLVED FURTH ER , that the signature of any autho ri zed officer and the seal of the Company may be affixed by facs imile to any power of attorney
or certification thereof authorizing the execution and del ivery of any bond , undertak ing , recogn izance, or ot her su retyship obli99tions of the Company ;
an~ such signature and seal when so used shall have the. sagi e force and effects as tho ugh man yal ly affixed .
IN WITNESS WHER EOF , American Safety Casualty fnsurance Company has caused its official seal to be hereunto affixed , and these presents to be
signed by its President and attested by its Secretary this Sri, day of August , 2009
STATE OF GEORGIA
COUNTY OF COBB
On th is 6111 day of August , 2009 , before me persona lly ca me Joseph D. Scollo, Jr., to me known , who, be ing by me duly sworn , did.depose and say that
he is the Pres ident of American Safety Casualty Insurance Company , the corporat ion described in and wh ich executed the above instrument ; that he
knows the seal of the said corporation ; that the seal affixed to the sa id instrument is such corporate sea l; that is was so affixed by order of the Board of
Directors of said corporation and that he signed his name thereto by like order.
-.
"" .:-,... .·· -·-·
:-.::::::-': ~ -
:::. .,._ ·. __,._
-=~;.~. -~:/: =
----·-
'· ..... /.
%.. ;. -::. ---~ -
-" -
. ---. -, .....
_.··_ ..:::.__:
DocuGard 04541 - 6 Security Features
• Prints "VOID " on front when duplicated
• Blue background highlights
erasure alterations
• Watermark on back can be seen when
sheet is held on an angle
• Coin-reactive ink on watermark changes
color when scratched with a coin
• M1crotext border contains the
DocuGard name and is difficult to copy
• Security Features Box lists
tamper-resistant attributes
DocuGard 04541 -6 Security Features
• Pr ints "VOID" on front when duplicated
• Blue background highlights
erasure alterations
• Watermark on back can be seen when
sheet is held on an angle
• Coin-reactive ink on watermark changes
color when scratched with a crnn
• Microtext border contains the
DocuGard name and is difficult to copy
• Security Features Box lists
tamper-resistant attributes
DocuGard 04541 -6 Security Features
• Prints VOID" on front when duplicated
• Blue backgro~ ,d highlights
erasure alt<'nt1ons
• Watermark on back can be seen when
sheet is held on an angle
• Co1n-react1ve ink on watermark changes
color whe~ scratched with a coin
• Microtext border contains the
DocuGard name and is difficult to copy
• Security Features Box lists
tamper-resistant attributes
DocuGard 04541 -6 Security Features
• Prints "VOID" on front when duplicated
• Blue background highlights
erasure alterations
• Watermark on back can be seen when
sheet is held on an angle
• Coin-reactive ink on watermark changes
color when scratched with a coin
• Microtext border contains the
DocuGard name and is difficult to copy
• Security Features Box lists
tamper-resistant attributes
1. IMPORTANT NOTICE
To obtain information or make a complaint:
2. You may contact your claims representative at
1-800-388-364 7.
3. You may call American Safety Casualty
Insurance Company's toll-free telephone number
for information or to make a complaint at:
1-800-388-364 7
4 . You may also write to American Safety Casualty
Insurance Company at:
100 Galleria Parkway, Suite 700
Atlanta, GA 30339
5 . You may contact the Texas Department of
Insurance to obtain information on companies,
coverages , rights or complaints at:
1-800-252-3439
6 . You may write the Texas Department of
Insurance:
P . 0. Box 149104
Austin , TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state .tx.us
E-mail: ConsumerProtection@tdi .state.tx.us
7 . PREMIUM OR CLAIM DISPUTES:
Should you have a dispute concerning your
premium or about a claim you should contact the
agent or surety first. If the dispute is not resolved ,
you may contact the Texas Department of
Insurance.
8. ATTACH THIS NOTICE TO YOUR POLICY:
This notice is for information only and does not
become a part or condition of the attached
document.
AVISO IMPORTA NT E
Para obtener informacion o para someter una
queja :
Puede comunicarse con su claims representative al
1-800-388-364 7 .
Usted puede llamar al numero de telefono gratis de
American Safety Casualty Insurance Company's
para informacion o para someter una queja al :
1-800-388-3647
Usted tambien puede escribir a Insurance
Company of the WesUlndependence Casualty &
Surety Company al :
100 Galleria Parkway , Suite 700
Atlanta, GA 30339
Puede Comunicarse con el Departamento de
Seguros de Texas para obtener informacion acerca
de companias, coberturas, derechos o quejas al :
1-800-252-3439
Puede escribir al Departamento de Seguros de
Texas :
P. 0 . Box 149104
Austin, TX 78714-9104
Fax: (512) 475-1771
Web: http://www. td i.state. tx . us
E-mail : ConsumerProtection@tdi.state. tx. us
DISPUTAS SOBRE PRIMAS O RECLAMOS:
Si tiene una disputa concerniente a su prima o a un
reclamo , debe comunicarse con el agent o surety
primero. Si no se resuelve la d isputa, puede
entonces comunicarse con el departamento (TOI).
UNA ESTE AVISO A SU POLIZA: Este aviso es
solo para proposito de informacion y no se
convierte en parte o condicion del documento
adjunto .
THE STATE OF TEXAS
CJTY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This agreeme nt made and entered into this the day of A.D. JAN 2 5 2011 20_, by and
between the CITY OF FORT WORTH, a municipal corporation of Tarrant County, Texas, organized and
existing under and by virtue of a special charter adopted by the qualified voters within said City on the
11th day of December, A .D . 1924, under the authority (vested in said voters by the "Home Rule"
provision) of the Constitution of Texas, and in accordance with a resolution duly passed at a regular
meeting of the City Council of said city , and the City of Fort Worth being he reinafter termed Owner,
CPS CIVIL, LLC , HEREINAFTER CALLED Contractor.
WITNESSETH: That said parties have agreed as follow s:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith ,
the said Contractor hereby agrees with the said Owner to commence and comp lete the construction of
certain improvements described as fo ll ows:
20 07 C RI TICAL CAPITAL P RO JECT DI STRICT 9 PAR T rv GROUP 9C
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 a nd 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 P lans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein .
3 .
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4 .
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
Iii
the Department of Transportation of the City of Fort Worth and the City Council of the City of Fort
Worth within a period of Two Hundred & Seventy (270) 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 $420.00 Per working day, not as a penalty but as liquidated damages, the Contractor and his
Surety shall be liable to the Owner for such deficiency .
5.
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said excess cost.
6
Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the
project site for Contractor's sole negligence. In addition , Contractor covenants and agrees to indemnify,
hold harmless and defend , at its own expense, the Owner, its officers, servants and employees, from and
a gainst any and all claims or suits for property loss , property damage, personal injury, including death ,
ari s ing out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage , loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees, on the execution of thi s Contract, and before beginning work, to make,
execute and deliver to said City of Fort Worth good and sufficient surety bonds for the faithful
performance of the term s and stipulations of the Contract and for the pay ment to all claimants for labor
and/or materials furnished in the prosecution of the work, such bonds being as provided and required in
Texas Government Code Section 2253, as amended , in the form included in the Contract Documents,
and such bonds shall be for 1 00 percent ( l 00%) of the total contract price, and said surety shall be a
surety company duly and legally authorized to do business in the State of Texas, and acceptable to the
City Council of the City of Fort Worth .
8.
Said City agrees and binds itself to pay, and the said Contractor agrees to receive, for all of the
aforesaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a ,
shall be ONE MILLION FOUR HUNDRED FORTY-THREE THOUSAND FIFTY-FIVE
DOLLARS AND FIFTY CENTS ... Dollars, ($1,443,055.50).
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 day of __ J_A_N_2_5_2_0_1_1 _ ..... A.D, 20_.
APPROVAL RECOMMENDED:
~~~~
WJLLIAMA.~~
DIRECTOR, DEPARTMENT OF
TRANSPORTATION/PUBLIC WORKS
ATTEST:
CPS CIVIL, LLC
1215 CREST LANE DRIVE
DUNCANVILLE, TEXAS 75137
CONTRACTOR
'S2o\± \:uow C-V iJ
TITLE
\Z.-\ c c" .. ~tLw~ \> u~c-41,J'\/J..,(,~
ADDRESS • ,n~ I
November 1960
Revised May 1986
Revised September 1992
Revised March 2006
CITY OF FORT WORTH
..
FERNANDO COST A, ASST CITY MANAGER
Attested by :
ST. ~TY ATTORNEY
-
-
-
-
-
-
-
SECTION 8 -APPENDICIES
8.1 EASEMENTS INDEX
8.2 PERMITS INDEX
8.3
Notice of Intent (NOI) for Storm Water Discharges Associated with
Construction Activity under TPDES General Permit (TXRI 50000)
Notice of Termination (NOT) for Authorization under TPDES General Permit
(TXRI 50000)
REPORTS INDEX
Geotechnical Engineering Study
-
-
-
-
-
-
-
-
-
TROE #1
TROE#2
TROE#3
TROE#4 --
TROE#5_
TROE#6
TROE#7
TROE#8
TROE#9
TROE#lO -
SECTION 8.1 -EASEMENTS
14 24 S. Henderson Street
1422 S. Henderson Street
1416 S. Henderson Street
1412 S. Henderson Street
1423 S. Henderson Street
1415 S. Henderson Street
1405 S. Henderson Street
1329 S. Henderson Street
2257 6th Avenue
1409 S. Henderson Street
* Note: Executed Temporary Right of Entry Documents will be provided
prior to construction. The location of each of the Temporary Rights of
Entry is shown on the Construction Plans.
2007 CO Program, Contract 9C
ROEl
D0E#5924
Lot 7, Block D, King's Subdivision, Field Welch Addition
1424 S. Henderson Street
Fort Worth, Texas 76104
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block D, Lot 7, King's Subdivision,
Field Welch Addition as shown on the deed recorded in Instrument No. D209249710
Tarrant County Deed Records and plat recorded in Volume 63 Page 67, Tarrant County
Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the
"Property", for the purpose of reconstructing steps. Upon execution of this agreement,
Grantor will grant Grantee and its contractor's access to the Property for the purpose
stated herein, until such time as the project is completed and approved by the Grantee, at
which time the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents ,
representatives, or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was m immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Print Name)
( Authorized Title)
TEMPORARY RIGHT OF ENTRY
Rev . 6/2007
(Signature)
I-w w
0:::
I-
(/)
0) I-z w m ..,
_,1 ";' :::;
~ 1-:::. < a..
0::: I->-_,
< I
:::?! a..
"' <
+77.77
I
I
KING SUB/Fj lELD WELCH
BLOCK D; VOLUME 61, PAGE 67 P.R.T.C.T.
REBULLOSO, ANGELICA & D GARCIA CHAU, NGHIEP HUNG
2234 5TH AVE NUE P .O. BOX 535094
FORT WORTH, TX. 76 110-1940 GRAND PRAIRIE, TX. 75053-509 4
1424 S. HENDERSON STREET
LOT 7
TROE #1
... ... . ' . Lt
1422 S. HENDERSON STREET
LOT 6
4 'CH A IN
LINK
ffNC E
I
I
. .
• 1-0· WTR
-~.
·· .
1 ~....L--I.J.......U....U..--... ~ ....... __ ~;;:j,1...i....l,,....l,....l.1.-l....--------------',,-------------------'I
!>' fORTWoRTJ.J CITY OF FORT WORTH i TEMPORARY RIGHT-OF-ENTRY >f' ~ TEXAS
i AT
ol ;~ 1424 S. HENDERSON STREET i; 0 10 20 40
2.Q07 CRl1ICAl CAPITAL PRO.ECT
(CQJNCL DISTRICT 9) -PART IV -GROI." 9C
Ill! A VENUE (W ..ESSAIINE ST 10 W ARI.JNG10N A VE)
S LAKE S1REET (W IIADOOX A VE 10 W MAGNaJA A VE)
HENDERSON S1REET (MVR11£ ST 10 W 11,\QN(ll.JA AVE) -&Mr --Brown I Gay Engln NR, Inc.
108West,,.$L,Suke200, Foit WortJl, TX 76102
Tet 817-887-6130 Fax: 8 17-887-6 135
-Civil engineers and SUl'W)O'S -~i ~;t S: i BGE NO. DA TE PRO..ECT NO . EXH IBIT
~" SCALE : 1" 20· COF:r-~ ~~ o.o.~924 TROE 1 ~-L--------------------------------..1.-...;.;.;.;...;.;:.. ...... ..;;;,;;,;;.;;......,___.;.;.;;;;.;;... _ _._~---'
2007 CO Program, Contract 9C
ROE2
D0E#5924
Lot 6, Block D, King's Subdivision, Field Welch Subdivision
1422 S. Henderson Street
Fort Worth, TX 76104
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block D, Lot 6 , King's Subdivision,
Field Welch Subdivision as shown on the deed recorded in Instrument No. D206016547
Tarrant County Deed Records and plat recorded in Volume 63 Page 67 , Tarrant County
Plat Records , Fort Worth , Tarrant County, Texas , hereinafter referred to as the
"Property", for the purpose of reconstructing steps. Upon execution of this agreement ,
Grantor will grant Grantee and its contractor's access to the Property for the purpose
stated herein, until such time as the project is completed and approved by the Grantee, at
which time the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees , agents,
representatives , or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee ,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the ___ day of ______ , 2010.
GRANTOR:
(Print Name)
( Authorized Title)
TEMPORARY RIGHT OF ENTRY
Rev . 6(200 7
(Signature)
. .
KING SUB/FIELD WELCH I
BLOCK
GARCIA, JOSE CHAU, NGHIEP HUNG WINSTON, SHON MARIE
1424 S. HENDERSON STREET
FORT WORTH , TX . 76104-4445 I; VOLUME 63 , PAGE 67 R.R.T.C.T.
P.O. BO X 535094 PERSONAL PROPERTY TRUST
GRAND PRAIRIE , TX. 75053-5094 825 SADDLEBROOK DRIVE NOR TH
'.
1424 S. HENDERSON STREET
LOT 7
...
.• ··HENDER ~·oN :s JREET · ·• .. ..
1422 S. HENDERSON STREET
LOT 6
TROE #2
"b. ...
· .......
b . •"'
. .
b i
• . 11.+qo ..
..
TEMPORARY RIGHT-OF-ENTRY
AT
1422 S. HENDERSON STREET
.,b : .
,10'. WTR
. · ..
"' I ~ I
. ..
BEDFORD, TX . 76021-4326
1416 S. HENDERSON STREET
LOT 5
. . ·•
. .. . . .
b '
. . .
• ASPH LT P.{IVEMEtH •
BRICK
RET AININ G
WALL
CITY OF FORT WORTH
TEXAS
2007 CR111C~ CAPIT~ PRo..£CT
(COJNCI.. DIS1RICT 9) -PART IV -GROii' 9C
Sni AI/DIUE (W ..£SSA111NE ST 10 W ARLINGTON AVQ
S LAKE SlREET (W MADOOX Al/£. 10 W MAGNOLIA AVE:)
HENDERSON S1REET (IIYR11£ ST 10 W MAGNOLIA A VQ
B rown &. Gay Engk\ee,s, Inc.
108 Wasl 8"' SL, Sut1e 200, Fort Worth, lX 76102
Tat 8 17-187-6130 Fax: 817~7-6135
-Civil fK1ginnrs and SW""'9)0'S -
2007 CO Program, Contract 9C
ROE3
DOE# 5924
Lot 5, Block D, King's Subdivision, Field Welch Addition
1416 S. Henderson Street
Fort Worth TX, 76104-4445
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block D, Lot 5, King's Subdivision,
Field Welch Addition_as shown on the deed recorded in Instrument No. 0209184633
Tarrant County Deed Records and plat recorded in Volume 63 Page 67, Tarrant County
Plat Records, Fort Worth, Tarrant County, Texas, hereinafter referred to as the
"Property", for the purpose of constructing a driveway approach. Upon execution of
this agreement, Grantor will grant Grantee and its contractor's access to the Property for
the purpose stated herein, until such time as the project is completed and approved by the
Grantee, at which time the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents,
representatives, or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was m immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Print Name)
( Authorized Title)
TEMPORARY RJGHT OF ENTRY
Rev. 6f2007
(Signature)
•.
i
t
I
I KING SUB/FIELD WELCH 1
BLOCK I; VOLUME 63, PAGE 67 R.R .T.C.T .
CHAU, NGHIEP HUNG BRIMBERRY, MATTHEW ETUX RHODA SKRIPSKY, SCOTT J.
P .O. BO X 535094 1416 S. HENDERSON STREET 1412 S. HENDERSON STREE T
GRAND PRAIRIE, TX. 75053-5094 FORT WORTH TX , 76104 -4445 FORT WORTH , TX . 76104-4445
1422 S. HENDERSON STREET
LOT 6
4'CH AIN
LINK
FE NCE
I
o:~ I
.
. . . ,,·
..
, 10~ WTR
1416 S. HENDERSON STREET
LOT 5
141 2 S. HENDERSON STREET
LOT 4
TROE #3
. JO "EL~
• • . b
... 4 I> b. • 4 b t:,, • 4 .. 4 •
• H(NG>ERSON STREET '
.4 -. -~ 4 . b 0 .'"' :
4
D,~ , b.
~ ': 4 .
~ ...
BR ICK
RE TA INING
WALL
: . ..
TEMPORARY RIGHT-OF-ENTRY
AT
CITY OF FORT WORTH
TEXAS
2007 CRlllCAI. CAPITAL PRo..ECT
(COtJNCL DIS1RICT II) -PART IV -GROU' 9C
111H A 'IENUE (W .ESSA1o1NE ST TO W ARLINGTON A\€)
S LAKE STREET (W MADDOX A VE TO W IIAGNOUA A 1,€)
HDIDERSON STREET (M'IR1L£ ST TO W MAGNOUA A VE) 1416 S. HENDERSON STREET ~i.
~~ ~~ .. Brown I Gay EnglnNB, lnC.
0~ 20 40 108We&C8"'St.,Sui1e200,FortWortfl,TX7ll102 ffi :,' Q 1 Q I Cir Tel:8 17-887~130 Fax.: 817~7-6135
>-.K. -.--Gilli/ engineers and surwym: -~f BGE NO. DAlE PRO.ECT NO. EXH IBIT
ifL-~~~~~~~~~~~~~s_c_A_L_E_:_,_·_·~_2_0_·~~~~~~~~~~~~~....L.-~~P~;:-~T~;f,..;l.....a....~~~~ ...... ~o._~~~~';.;;;;.59_2_4.....__TR~O~E-3__,
2007 CO Program, Contract 9C
ROE4
D0E#5924
Lot 4, Block D, King's Subdivision, Field Welch Addition
1412 S. Henderson Street
Fort Worth TX, 76104-4445
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned , hereinafter referred to as "Grantor", does by these presents grant
and convey to the Cit y of Fort Worth , TX, herein after referred to as "Grantee " a
temporary right of entry onto property described as Block D, Lot 4, King 's Subdivision,
Field Welch Addition_as shown on the deed recorded in Volume 14616 Page 517 Tarrant
County Deed Records and plat recorded in Volume 63 Page 67, Tarrant County Plat
Records , Fort Worth , Tarrant County, Texas , hereinafter referred to as the "Property", for
the purpose of constructing a driveway approach. Upon execution of this agreement,
Grantor will grant Grantee and its contractor's access to the Property for the purpose
stated herein , until such time as the project is completed and approved by the Grantee , at
which time the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees , agents ,
representatives , or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee ,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the ___ day of ______ , 2010.
GRANTOR:
(Print Name)
( Authorized Title)
TEMPORAR Y RI GHT OF ENTRY
Rev. 6n.0-07
(Signature)
KING SUB/FIELD WELCH 1
BLOCK
WINSTON, SHON MARIE
PERSONAL PROPERTY TRUST
825 SADDLEBROOK DRIVE NORTH
BEDFORD , TX . 76021-4326
r
; VOLUME 63, PAGE 67 R.R.T.C.T.
SK RIPSKY. SCOTT J. BLACKWELL , B ONN IE C.
1412 S. HENDERSON STREET 1408 S. HEN DERSON STREET
FORT WOR TH, TX . 76104-4445 FORT WORTH , TX . 76104-4445
1416 S. HENDERSON STREET
LOT 5
1412 S. HENDERSON STREET
LOT 4
TROE #4
. . . ·•
• b
b ~ H6:NDEks0·N STREET.
. · .. •. . .. a · .. : . ~ •er. ·.
•.
• .. ....
.....
, .
TEMPORARY RIGHT-OF-ENTRY
AT
1412 S. HENDERSON STREET
0 10 20 40
·· . .
"
4 ·~
1408 ~ HENDERSON STREET
LOT 3
. ! . . "·
4'P ICKE T
FENCE
p • . .
...
..
CITY OF FORT WORTH
TEXAS
2007 CRITICAL CAPITAL PRO.ECT
(COUNCI. DISIRICT 9) -PART IV -GROii' 9C
tllH AVENUE (W ..ESSAMINE ST 10 W ARUNGTON AIIE)
S LAKE STREET (W MAOOOX AVE. 10 W WAGNOUA AIIE)
HDID[RS()N STREET (W'tRllE ST 10 W WACNOUA A IIE) -aur --Bro-, & Gay Engln NB, Inc.
108 Wesl rt!' 5'... Suile 200, FOi\ Wofth, TX 76102
Tel: 817-387.6130 Fax: 817~7~135
-Ciwi~and.surw.)O'S -
~ 'i SCALE : 1" 20' COf04-51 SEPT O.E. 592
i!L...~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~......_~(~PAR;.;.;.;.T~1~"--1....,;201;;;;.;.;o~·....__
0_·~0098J~';;;;;.~4 ....__TR~O-E~4__,
2007 CO Program, Contract 9C
ROES
DOE #5924
Lot 9, Block 1, Swastica Place
1423 S. Henderson Street
Fort Worth, TX 76104
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block D, Lot 4, King Sub/Field Welch
as shown on the deed recorded in Instrument No. D208440060 Tarrant County Deed
Records and plat recorded in Volume 204A, Page 82, Tarrant County Plat Records, Fort
Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose
of constructing a driveway approach. Upon execution of this agreement, Grantor will
grant Grantee and its contractor's access to the Property for the purpose stated herein,
until such time as the project is completed and approved by the Grantee, at which time
the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents,
representatives, or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was in immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Print Name)
( Authorized Title)
TEMPORARY RJGI-IT OF ENTRY
Rev . 6(2007
(Signature)
j
i
i
,;
.f
!
I
.·,, ~ENDERSON S T~EET
... a. ... . ..
AMSTUTZ, LEE W. etux JENNIFER D.
300 S. SUMMIT AVENUE
VILLA PARK, ILLINOIS 60181-2965
1425 S. HENDERSON STREET
LOT 8
4'C HA IN
LINK
FE NCE
I
TROE #5
KERTZ, MARK G ETUX YVETTE A
3229 GOLDEN OAKS CIR
GRANBURY, TX. 76049-2982
1423 S. HENDERSON STREET
LOT 9
SWASTICA PLACE
TEXAS HALE LLC
~· · ..
~ _,,,. C..
•,
BR ICi<
RE TAIN ING
WALL
555 LAURIE LANE APT L4
THOUSAND OAKS, CALIFORNIA 91360-5538
1417 S. HENDERSON STREET
LOT 10
BLOCK 1 ;1 VOLUME 204A, PAGE 82 1P.R. T.C. T.
I
! ~l-------fl-------------------------"""T"-------------1 t foRTWo!!!I CITY OF FORT WORTH
! TEMPORARY RIGHT-OF-ENTRY 1' TEXAS
i AT
!~ 1423 S. HENDERSON STREET w)
~~ ~~ w ~ ,-.¥.
0 10 20 40
2007 CRlllCAL CAPITAL PRo.ECT
(COJNCL DtS1RICT ti) -PART IV -GROU' SIC
81H AVENUE (W ..ESSAIIINE ST 10 W ARLINGTON A VE)
S I.AKE STREET (W MADOOX AVE 10 W IIAGN<l.lA AVE)
HENDERSON S1REET (IIYRl\£ ST TO W MAGNOLIA AVE) ..
IMr --8ro'flln I Gay Engln•B, Inc.
106 WMI ~ SL, Suile 200, FOtt Worth, TX 79102
Tet 817-187-8130 Fu: 817-887-6135
-CiYI enginee,s and SUrw)Q'S -
~$ .. I BGE NO. DA 1E PRQ.£CT NO. EXHIBIT h SCA LE: , .. 20· COF04-!50 SEPT. 0.0.E. I 5924 TROE 6
m-L-~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~..._~(~PAR.;.;.;.T~IV).:...........;201;.;;.;.;;o__.~__;;,0091!3;;;.;.;;;;;;..... ...... ~~~----
-
2007 CO Program, Contract 9C
ROE6
D0E#5924
Lot 11, Block 1, Swastica Place
1415 S. Henderson Street
Fort Worth TX, 76104-4446
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block 1, Lot 9, Swastica Place_as
shown on the deed recorded in Instrument No. 0206158829 Tarrant County Deed
Records and plat recorded in Volume 204A, Page 82, Tarrant County Plat Records, Fort
Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the purpose
of constructing a driveway approach. Upon execution of this agreement, Grantor will
grant Grantee and its contractor's access to the Property for the purpose stated herein,
until such time as the project is completed and approved by the Grantee, at which time
the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents,
representatives, or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was m immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Print Name)
(Authorized Title)
TEMPORARY RIGHT OF ENTRY
Rev . 6/2007
(Signature)
:i
i
1
,;
!
!
!
!
TEXAS HALE LLC
BR ICK
RETAI NING
VIA LL
555 LAURIE L ANE APT L4 I
THOUSAND OAKS, CALIFORNIA 9136D-5538
1417 S. HENDERSON STREET
LOT 10
TROE #6
WILLIAMS, DAVID M.
1415 S. HENDERSON STREET
FORT WORTH , TX . 76104-4446
1415 S. HENDERSON STREET
LOT 11
SWASTICA PLACE
4'P I(
FEN( =-z--
..
• r
··~
LONGORIA, CRUZ
845 YOUNG BEND ROAD
BROCK, TX . 76087-8147
1409 S. HENDERSON STREET
LOT 12
12"CEDAR
BLOCK 1;1 VOLUME 204A, PAGE 82 1P.R .T.C.T.
I
f._-------------------------------....------------------1
I
t
~I.
~~ w~
\ll'i ~~
TEMPORARY RIGHT-OF-ENTRY
AT
1415 S. HENDERSON STREET
0 10 20 40
CITY OF FORT WORTH
lEXAS
2007 CRITICAL CAPITAL PRO.ECT
(COllNCL DISTRICT 9) -PART IV -GROii' 9C
&lH A'IEHUE (W .ESSAIIINE ST TO W ARLINGTON AVE:)
S LAKE S1REET (W .. ADOOX AV£. 10 W MACNOUA A VE:)
HENDERSON STREET (MYRn.E ST 10 W MACNOUA A VE:) -IMr --Brown I. Gay E nglnNl"S, Inc.
106WastB"'St..5uke200, Fort WorU\, 1X 76102
Tel: 817-387-9130 Fu: 817-887-6135
-CiYfl fKlgif'lfffS and SUN9)'0'$-~! ~f S: ~ BCE NO. . DA 1E PRo.£CT NO . EXHIBI T
~~ SCALE: , .. 2 0 ' ~,:r-,~ ' ~~-D.0.~924 TROE 6 ~~L--------------------------------...L.~~.;.;·~,L.....:~....J'--.....;~;;.........J'-------'
2007 CO Program, Contract 9C
ROE7
D0E#5924
Lot 13, Block 1, Swastica Place
1405 S. Henderson Street
Fort Worth, TX 76104-4446
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block 1, Lot 13, Swastica Place as
shown on the deed recorded in Instrument No . D204149285 Tarrant County Deed
Records and plat recorded in Volume 204A, Page 82, Tarrant County Plat Records , Fort
Worth , Tarrant County, Texas, hereinafter referred to as the "Property'', for the purpose
of constructing a driveway approach. Upon execution of this agreement, Grantor will
grant Grantee and its contractor's access to the Property for the purpose stated herein,
until such time as the project is completed and approved by the Grantee, at which time
the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents,
representatives, or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was m immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the __ day of ______ , 2010.
GRANTOR:
(Print Name)
(Authorized Title)
TEMPORARY RIGHT OF ENTRY
Rev . 6/2007
(Signature)
I
t
..
. ~-
4 °PICK ET
FENCE
b .
4 ....
..
. .
t3+6o
.HENDERSON STREtT ~.
e,: .. 4 . • . . •.•
~ I " \>I \ U
LONGORIA, CRUZ
845 YOUNG BEND ROAD
BROCK, TX. 76087-8147
1409 S. HENDERSON STREET
LOT 12
BLOCK
TROE #7
KEELER. RICHARD T. etux SERENA
1405 S. HENDERSON STREET
FORT WORTH, TX . 76104-4446
1405 S. HENDERSON STREET
LOT 13
SWASTICA PLACE
1 ;1 VOLUME 204A, PAGE
I
TEMPORARY RIGHT-OF-ENTRY
AT
1405 S. HENDERSON STREET
.b
. .. . . . . ·b ..
TAYLOR, JULIA
P.O. BOX 1561
KELLER, TX . 76244-1561
1401 S. HENDERSON STREET
LOT 14
.· .
82 1P.R. T.C. T.
I
fORTWo!]]
-f'
CITY OF FORT WORTH
TEXAS
2007 CRITICAL CAPITAL PRO.ECT
(COUNCL DISlRICT II) -PART IV -GROii' !IC
8TH AVENUE (W .£SSAll1NE ST TO W ARUNC'TON A~
S LAKE SlREET (W MAOOOX AV£. TO W MAQla.JA A~
HENDERSON STREET (Mmll..E ST TO W MAQla.JA A~ ~!,
:;1~ UJ ~ ~ ~ -Bro'Ml & Gay EnglnMn, Inc. j
~~ 0 10 20 40 1/fta# 106W ..... St..Sui1e200,Fo,tW°"",1X76102 ! ... ::. Wlf Tol:817.&87-6 130 Fu: 817~7-6135 !
/_
2007 CO Program, Contract 9C
ROES
D0E#5924
Lot 7D, Block 26, D.S. Ross Subdivision
1329 S. Henderson Street
Fort Worth TX, 76104
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned , hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX , herein after referred to as "Grantee " a
temporary right of entry onto property described as Block 26 , Lot 70, D.S. Ross
Subdivi sion as shown on the deed recorded in Instrument No. 0209225887 Tarrant
County Deed Records and plat recorded in Volume 66 Page 356 , Tarrant County Plat
Records , Fort Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for
the purpose of sidewalk construction. Upon execution of this agreement, Grantor will
grant Grantee and its contractor's access to the Property for the purpose stated herein,
until such time as the project is completed and approved by the Grantee, at which time
the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees, agents,
representatives , or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee ,
is successors and assigns , for the purposes set forth above .
Grantee shall restore the Property to the condition it was m immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the ___ day of ______ , 2010.
GRANTOR:
(Print Name)
(Authorized Title)
TEMPORARY RIGHT OF ENTRY
Rev . 6/2007
(Signature)
I<
l
!
I
I
• .
'
..
.· t
I
.
., ..
• ·1 +.~ '
~
. . '"o. ..
CH AIN
LI NK l"'
... ..
. · kiENDiR.SON . '.STREE-f
. .;, ·.. ·•. : ... b ~ ...
· .
TROE #8
FITE, SHAWN
2828 RIVER FOR EST DR .
FORT WORTH, TX. 76116
1329 S. HENDERSON STREET
LOT 7D
• ·. t..
GARC IA, ENRIQUE etux ELMA
1321 S. HENDERSON STREET
FORT WORTH, TX. 76104-4444
1321 S. HENDERSON STREET
LOT 7C
D.S. ROSS SUBDI VISION
BLOCK 26; VOLUME 66, PAGE 356 P .R .T.C.T.
!1-------------------------------------------t ~ (ORT,RTIJ CITY OF FORT WORTH
i TEMPORARY RIGHT-OF-ENTRY TEXAS
i AT 2007 CRITICAL CAPITAL PRD.ECT
(COUNCL DISTRICT II) -PART IV -GROUP 9C
81H AVENUE (W .ESSAIIINE ST TO W ARLINGTON AVE)
S LAKE S1REET (W IIADOOX AVE TO W IIAGNOIJA AVE)
HENDERSON STREET (MYR1l£ ST 10 W MAGNOUA AVE) ~: 1329 S. HENDERSON STREET
tll~~il, 0 10 20 40 .. Brown & Gay EnglnNrs, Inc.
106 Wast f/" SL, Suite 200, fort WOrth , TX 7f5102
ffii I Mr Ta~~:n-e;:n:::!;;~35 ~t -• DAl[ PRO..ECT NO . EXHIBIT
!a:! SCALE: 1" 20· SEPT. D.D.~-~24 TROE 8
~~L..~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~--L..-;l:..;.;;.;.;..;.:..r......1-~201~0.....1.~......;:...,-,.,;:;::;:;=--~.i....~~~-'
/
2007 CO Program, Contract 9C
ROE9
D0E#5924
Lots 29 & 30, Block 25, Fairmount Addition
2257 6th Avenue
Fort Worth TX, 76110
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth, TX, herein after referred to as "Grantee" a
temporary right of entry onto property described as Block 25 , Lots 29 & 30 , Fairmount
Addition as shown on the deed recorded in Volume 8008 , Page 583 Tarrant County Deed
Records and plat recorded in Volume 63 Pages 25 & 26 , Tarrant County Plat Records ,
Fort Worth, Tarrant County, Texas, hereinafter referred to as the "Property", for the
purpose of retaining wall construction. Upon execution of this agreement, Grantor will
grant Grantee and its contractor's access to the Property for the purpose stated herein,
until such time as the project is completed and approved by the Grantee, at which time
the above described temporary right of entry becomes void.
This Right of Entry shall include the right of Grantee and its employees , agents ,
representatives, or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto, anywise belonging unto the said Grantee ,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was m immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the ___ day of ______ , 2010.
GRANTOR:
(Print Name)
(Authorized Title)
TE MPORARY RI GHT OF ENTRY
Rev. 6(].00 7
(Signature)
:i
!
i
,i
l
!
!
I
SV H
0 1\
I
HENSARLING, srADLEY MICHAEL
2261 6th AVENUE
FORT WORTH~X . 76110-1807
2261 t AVENUE
LOTS 1 & 32
TROE #9
LIPSETT, S1EPHEN J.
715 PAGE AVENUE
FORT WORTH , T~ 76110-2603
2257 6th AVENUE
LOTS 29 & 30
GOMEZ ROBER~O etux SILVIA
10437 BRANGUS DRIVE
CROWLEY, TX~76036-9503
2253 6t AVENUE
LOTS 2 & 28
IF AIRMOUNT A'oDITION BLK 125
I I I
J1------...l...------.L.--------1------+------..1.--------t ~ fORT,RTIJ CITY OF FORT WORTH I TEMPORARY ~~HT-OF-ENTRY ,.,...:= .=~ :";';:';~;.-"
t< 81H AVENUE (W .ESSAIIINE ST TO W ARUNGlON AVE) ~~ 2257 6TH AVENUE s LAKE SlREET cw MADOOX AV£. TO w MAQIOUA AVE) ~~ HENDERSON S1REET (MYRl\.E ST TO W MAGNOUA AVE)
~.!' ~~ ffi~ ,...M.
0 10 20 40 .. , .. --Brown&. Gay EnglnNB, Inc.
108 Wast 8"' SL. Suite 200, Fort WOrtll, TX 76102
Tel: 8 17-887--8130 Fax: 817--887--8135
-Civil engineers and surwtyors -
~$ "j BGE NO. DA TE PRO.ECT NO . EXHIBIT !t SCALE: 1" 20· COF04-:50 SEPT. O.O.E.009831 5924 TROE 9
~~L-~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~.&....("-PAR;.;,;.;.T.;.;N)~.......:201;.;.;.;.0....1,~.....;;.;;;;;.;;.;;~-'-~~~....J
2007 CO Program, Contract 9C
ROElO
D0E#5924
Lot 12, Block 1, Swastica Place
1409 S. Henderson Street
Fort Worth TX, 76104
CITY OF FORT WORTH
TEMPORARY RIGHT OF ENTRY
STATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT §
That the undersigned, hereinafter referred to as "Grantor", does by these presents grant
and convey to the City of Fort Worth , TX, herein after referred to as "Grantee " a
temporary right of entry onto property described as Block 1, Lot 12, Swastica Place as
shown on the deed recorded in Instrument No . D210041021 Tarrant County Deed
Records and plat recorded in Volume 204A Pages 82 , Tarrant County Plat Records , Fort
Worth, Tarrant County, Texas , hereinafter referred to as the "Property", for the purpose
of constructiong a driveway approach. Upon execution of this agreement , Grantor will
grant Grantee and its contractor 's access to the Property for the purpose stated herein ,
until such time as the project is completed and approved by the Grantee , at which time
the above described temporary right of entry becomes void .
This Right of Entry shall include the right of Grantee and its employees, agents,
representatives , or contractors to access the aforementioned property.
TO HA VE AND TO HOLD the above described right of entry, together with all and
singular, the rights and appurtenances thereto , anywise belonging unto the said Grantee,
is successors and assigns, for the purposes set forth above.
Grantee shall restore the Property to the condition it was m immediately prior to
accessing the Property under this Right of Entry.
EXECUTED this the ___ day of ______ , 2010 .
GRANTOR:
(Print Name)
(Authorized Title)
TEMPORARY RIGITT OF ENTRY
Rev . 6/200 7
(Signature)
·.
~ . . ~.
4'P ICKET
FEN CE
.. • • b
t 3+i5o . . ~
• b ·HtNO~RSON STREE T:
•A .• \(/ \'
l
!
I
!
WILLIAMS, DAVID M.
1415 S. HENDERSON STREET
FORT WORTH , TX . 7 6104-4446
1415 S. HENDERSON STREET
LOT 11
BLOCK
TROE #10
NORWOOD RESOURCES, INC.
2804 LAKESHORE DR .
ARLINGTON , TX 76013
1409 S. HENDERSON STREET
LOT 12
SWASTICA PLACE
1;1 VOLUME 204A, PAGE
I
KEELER, RICHARD T. etux SERENA
1405 S. HENDERSON STREET
FORT WORTH, TX. 76104-4446
1405 S. HENDERSON STREET
LOT 13
82 1P.R. T.C. T.
I
Ji------------------------------------------1 I TEMPORARY RIGHT-OF-ENTRY fORT,RTIJ CITY OF J~~~ WORlH
51 t AT
~~ 1409 S. HENDERSON STREET
ttj.:-~;
ffi~ >·' 0 10 2 0 4 0
2007 CRITICAL CAPITAL PRo..ECT
CCOONCL DISTRICT 9) -PART IV -GROU' 9C
BlH A 'IENUE CW .ESSAIIINE ST 10 W ARUNGTON A '<E)
S LN<E S1REET CW MADDOX AVf. TD W MAQIOUA A'<E)
H£NDERSON STREET (M'IR1l£ ST TD W MAGNOUA A '<E) ... &Mr --Brown ' Gay Englneen. Inc.
108 West fl" SL, Suite 200, Fort WOrth, TX 76102
Tel:817-&87-6130 Fu: 817.a87~135
-Civl«>gine«stlffdSUMtycn-;g .. I BGE NO. DA 1t: PRo..ECT NO. EXHIBI T b SCALE: 1" 2 0 ' <XlfC),4.-:50 SEPT .
m•L-~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~~...L.~AR~T.;.IV);,:......J......;201:=.:.;D;.....1...-D_.~...:~;;::-':=:.59
_
2
_
4
....1.._TR~O_E~'IO__.
-
-
SECTION 8.2 -PERMITS
Notice of Intent (NOi) for Storm Water Discharges Associated with
Construction Activity under TPDES General Permit (TXR150000)
Notice of Termination (NOT) for Authorization under TPDES General Permit
(TXRl 50000)
· IMPORT ANT:
Notice of Intent (NOi) for Storm Water
Discharges Associated with Construction
Activity under TPDES General Permit
(TXR150000)
TCEQ Office Use Only
Permit No.: TXRl 5
RN:
CN:
RefNo:
Sign up now for ePermits NOi at www6.tceg.state.tx.us/steers
Get Instant Permit Coverage and only pay a $225 application fee.
If filing a paper NOi you can pay the application fee on line? Go to https://www6.tceq.state.tx.us/epay/
•Use the INSTRUCTIONS to fill out each question in this form .
•Use the attached CUSTOMER CHECKLIST to make certain all you filled out all required information.
, •Incom lete a lications WILL dela a roval or result in automatic Denial.
Renewal of General Permit
~ Is this NOi to renew an ACTIVE permit?
I Yes -What is your permit number? Permit No. TXRlS --------No - a permit number will be issued.
i Application Fee if mailing a paper NOi:
You must pay the $325 Application Fee to TCEQ for the application to be considered complete.
Payment and NOi must be mailed to separate addresses. · See instructions for correct mailing addresses.
T Provide your payment information below, for us to verify payment of the application fee:
Mailed: Check/Money Order No.: Company Name on checking account :
EPAY: Voucher No .: Is the Payment Voucher copy attached? Yes
A. OPERA TOR (applicant)
l. If the applicant is currently a customer with TCEQ, what is the Customer Number (CN) issued to this entity?
CN (Search Central Registry) r· What is the Legal Name of the entity (applicant) applying for this permit?
(The legal name must be spelled exactly as.filed with the Texas Secretary of State, County, or in the legal docum ent forming the entity.) r· What is the name and title of the person signing the application?
;The person must be an official meeting signatory requirements in TAC 305.43(a).)
Name: Job Title:
4. What is the Operator's (applicant) mailing address as recognized by the US Postal Service? (verify at USPS.com)
Address: Suite No./Bldg. No./Mail Code :
City : State:
Country Mailing Information (if outside USA). Country Code:
·. Phone No.: (
r'>. Fax No.: ( )
. Indicate the type of Customer:
D Individual
, D Corporation
D State Government
Oother Government
f CEQ-20022 (03 /05 /2008)
Extension:
E-mail Address :
Dsole Prop~jetorship-D.B.A.
0Federal Government
Dcounty Government
00ther (describe):
ZIP Code :
Postal Code:
0Limited Partnership
0General Partnership
Deity Government
Page I
8. Independent Operator: 0Yes 0No (If governmental entity, subsidiaiy, or part of a lai·ger corporation, check "No".)
..J 9 . Number of Employees: 00-20; 021-100; 0101-250; 0251-500; or 0501 or higher
10. Customer Business Tax and Filing Numbers (I'his item is not applicable to Individuals , Government, GP or Sole Proprietor.)
REQUIRED for Corporations and Limited Partnerships ( Verify the entity's status and filin~ no. with TX SOS at 512/463-5555) ... State Franchise Tax ID Number: Federal Tax ID :
TX SOS Charter (filing) Number: DUNS Number (if known):
B. APPLICATION CONT ACT
-If TCEQ needs additional information regarding this application, who should be contacted?
1 I. Name: I Title: I Company:
2 . Phone No.: ( ) Extension:
I 3. Fax No.: E-mail Address:
C. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE
I 1. TCEQ Issued RE Reference Number (RN): RN
J (Search Central Registr~)
r 2. Name of Project or Site (the name as known by the community where this facility/project is located):
--f'Cexample : phase and name of subdivision or name of proj ect that's unique to the site)
I 3. Does the site have a physical address? J If Yes , complete Section A for a physical address.
If No, complete SectjQn B for site location information .
Section A: Enter the physical address for the site. (verify it with USPS.com or .other delivery source)
'1 Street Number: Street Name:
I City: ZIP Code:
1,, '-S~~tion_ B: Enter the site location information. I Ifno physical address (Street Number & Street Name), provide a written location access description to the site:
(Ex.: phase I of Woodland subdivision located 2 miles west from intersection cifHwy 290 & IH35 accessible on Hwy 290 South)
T City where the site is located or nearest city to site: ZIP Code where site is located :
~4. Identify the county where the site is located:
I s. Latitude: Longitude:
6. What is the primary business of this entity? In your own words, briefly describe the primaiy business of the Regulated Entity:
(Do not repeat the SIC and NAICS code)
7. What is the mailing address for the regulated entity?
"""' I Is the RE mailing address the same as the Operator? LJY es, address is the_ same as Operator 0No, provide the address
Street Number: I Street Name: r City: I State: I ZIP Code:
11)· GENERAL CHARACTERISTICS
~. Is the site located on Indian Country Lands? 0No 0Yes-If Yes, do not submit this NOL Contact EPA, Region VI
If the site is on Indian countly lands, vou must obtain authorization through EPA, Region VI.
:. w;hat is the Standard Industrial Classification (SIC) code (see instructions for common codes): (Search Osha.gov) '
r-..t Primaiy: Secondaiy:
ir CEQ-20022 (03 /05/2008) Page 2
3(a) What is the total number of acres d isturbed?
3(b) I s the project s ite part of a larger common plan of development or sale? 0 Yes 0 No
If Yes, the total n u mber of acres d isturb e d can be less than 5 acres.
If No , the total n u mber of acres disturb ed m u st be 5 or more. If the total number of acres disturbed is less'than 5 then the
project site d oes not qualify for coverage through this Notice oflntent. Coverage will b e denied. See the re q uirements in the
i general permit for small construction sites.
4. Discharge Information (a ll inform ati on MUST be prov id ed or t he pe rmit w ill be d eni ed)
4(a) What is the name of the water body(s) to receive the storm water runoff or p otential runoff from t he site?
,.,
4(b) What is the segment number(s) of the classified water bod y(s) that the discharge or potential discharge will eventually
reach?
..r 4( c) Are any of the surface water bodies receiving discharges from the construction site on the latest EPA-approved CW A
303(d) list of impaired waters?
Ii-, 0 Yes 0 No
If Yes, provid e the name of the impaired water body(s).
4(d) Is the d ischarge into an MS4? 0 Yes 0No ... If Yes, what is the name of the MS4 Operator?
Note: The genera l permit requires you to send a copy of the NOI to the MS4 Operator.
4( e) Is the d ischarge or potential discharge within the Recharge Zone, Contributing Zone, or Contribut ing Zone within the j Trans ition Zone of the Edwards Aquifer?
0 Yes 0 No
If the answer is Yes, please note that a copy of the agency approved P lan required by the Edwards Aquifer Rule (30 TAC Chapter 213) mu st
be included or referenced in the Storm Water Pollution Prevention Plan.
IE. CE RTIF ICA TION
Check "Yes" to the certificat ions b elow. Failu re to ce rti fy to a ll ite ms w ill res ult i n d e nial.
I D Yes I certify that I have obtained a copy and understand the terms and conditions of the general germ it (TXRl 50000).
D Yes I certify that the fu ll legal name of the entity (Operator) applying for this p ermit has been provid e d and is legally
authorized to do business in Texas.
I D Yes I understand that a Notice of Termination (NOT) m u st b e s u bmitted when this authorization is no l onger needed.
D Yes I certify that a storm water pollution prevention plan h as been developed and will b e imp lemented prior to
I construction, and that is compliant with any appli cable local sediment and erosion control p lans,
as requ ired in the general permit TXR150000 .
.JOpera tor C e rtification:
I I,
Typed or printed name (R equired & must be legible) Title (Required & legible)
certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed
to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the person or persons who manage the r system, or those persons directly responsible for gathering the information, the information submitted is, to the best of my know ledge and belief, true ,
' :iccurate, and complete. I am aware there are significa nt penalties for submitting false information, including the possibility affine and imprisonment for
mowing violations . rr further certify that I am authorized under 3 0 Texas Admi ni strative Code &30 5.44 to sign and submit this document, and can provide documentation in
iroof of such autho rization upon request.
I Signature :
(Use blue ink)
Date:
TCEQ-20022 (03 /05/2008) Page 3
Did you complete everything? Use this checklist to be sure!
Are you ready to mail your form to TCEQ? Go to the General Information Section of the Instructions for mailing addresses .
Customer GP Notice of Intent Checklist
TXR150000
..[ This checklist is for use by the operator to ensure a complete application. Missing information may result in denial of coverage under the ~
permit. (See NOi Process description in the Instructions)
D Application Fee of $325.00
was mailed separately to TCEQ's Cashiers's Office (separate from the NOi) or the EPA Y payment voucher is attached .
OPERA TOR INFORMATION -Confirm each item is complete:
..[
D Customer Number (CN) issued by TCEQ Central Registry
D Legal Name as filed to do business in Texas (Call TX SOS 512 /463-5555)
D Name and Title of person signing the application. This person must meet signatory requirements in 30 TAC Section 305 .43
D Operator Mailing Address is complete & verifiable with USPS . www.usgs .com
D Phone Numbers/E-mail Address
D Type of Operator (Entity Type)
D Independent Operator
D Number of Employees
n For Corporations or Limited Partnerships -Tax ID and SOS Filing numbers are REQUIRED
Aoolication Contact person we can call for questions about this application .
REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE -Confirm each item is complete :
..[
D Regulated Entity Reference Number (RN) (if site is already regulated by TCEQ)
D Site/Project Name/Regulated Entity
D Site/Project (RE) Physical Address Please do not use a rural route or post office box for a site location
D Or ifno physical address, the location information that includes description, zip code and city is listed .
D Latitude and Longitude TCEO USGS Togographic Mag Vi ewer or http ://www.terraserver.com/
R Business description
Site Mailing Address ( checked same as operator or complete & verifiable with USPS . www .usgs.com}
GENERAL CHARACTERISTICS -Confirm each item is complete :
..[
D Indian Country Lands -the facility is not on Indian Country Lands
D Standard Industrial Classification (SIC) code www.osha.gov/oshstats /sicser.html
D Acres Disturbed is provided and qualifies for coverage through a NOi.
D Common plan of development or for sale?
D Discharge Information:
D receiving water body
D segment number(s) is REQUIRED
D water body on the latest EPA-Approved Clean Water Act 303(d) list of impaired waters
D MS4 Operator
n Edwards Aquifer Rule
D CERTIFICATION
Certification statements have been checked indicating "Yes"
Signature meets 30 Texas Administrative Code (TAC} §305.44 and is original and has been provided for the Operator.
TCEQ-20022 Checklist (03 /05 /2008) Page I
Notice of Intent (NOi) for Storm Water Discharges Associated with Construction
Activity under TPDES General Permit (TXR150000)
General Information and Instructions
GENERAL INFORMATION
Where to Send the Notice oflntent (NOi) and other related forms:
BY REGULAR U.S . MAIL BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality Texas Commission on Environmental Quality
Storm Water Processing Center (MC228) Storm Water Processing Center (MC228)
P.O . Box 13087 12100 Park 35 Circle
Austin, TX 78711-3087 Austin, TX 78753
TCEQ Contact list:
Application Processing Questions relating to the status and form requirements: 512/239-3700, 512/245 -0130 or swpermiual,tceg .state .tx .us
Technical Questions relating to the general permit: 512/239-4671 or swgp@tceg .state.tx.us
Environmental Law Division : 512/23 9-0600
Records Management for obtaining copies of forms submitted to TCEQ : 512/23 9-0900
Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282)
Financial Administration's Cashier's office : 512/239-0357 or 512/239-0187
Notice of Intent Process :
When your NOi is received by the program, the form will be processed as follows :
I
1. Administrative Review: Each item on the form will be reviewed for a complete response . In addition, the operator's legal name must be verified with
Texas Secretary of State as valid and active (if applicable). The address(s) on the form must be verified with the US Postal service as an address
receiving regular mail delivery. Never give an overnight/express mailing address.
2. Notice of Deficiency: If an item is incomplete or not verifiable as indicated above, a notice of deficiency (NOD) will be mailed to the operator. The
u operator will have 30 days to respond to the NOD . The response will be review~d for completeness.
3. Acknowledgment of Coverage: An Acknowledgment Certificate will be mailed to the operator. This certificate acknowledges coverage under the
general permit.
...I -or-
Denial of Coverage: If the application is too incomplete to process, or the operator fails to respond to the NOD or the response is inadequate,
coverage under the general permit may be denied. If coverage is denied, the operator will be notified .
General Permit (Your Perm it)
~ If filing the NOi t hrou g h ePermits online app lic atio n, coverage under the general pe1mit begins the day the NOI is submitted to TCEQ through
epermits. Sign up now for on line NOi at https://www6.tceg.state.tx.us/steers/
~ If mailing a paper NOi, coverage under the general permit begins seven (7) days after a completed NOi is postmarked for delivery to the TCEQ . You
should have a copy of your general permit when submitting your application.
You may view and print your permit for which you are seeking coverage, on the TCEQ web site
http://www.tceg .state .tx.us/!)ermitting/water gualitv/stormwaterffXRl5 AIR.html. -General Permit Forms
The Notice oflntent (NOi), Notice of Termination (NOT), and Notice of Change (NOC) #20391 with instructions are available in Adobe Acrobat
PDF format on the TCEQ web site htl!l ://www.tceg .state.tx.us/permitting/water gualitv/stormwaterffXR15 AIR.html.
'-Sign up now for on line Notice of Termination application at https ://www6.tceq.state.tx.us/steers/
Change in Operator
"'
An authorization under the general permit is not transferable. If the operator or owner of the regulated entity changes, the present permittee must submit
a Notice of Termination and the new operator must submit a Notice oflntent. The NOT and NOi must be submitted not later than 10 days prior to the
change in Operator status. :
< l
~
TCEQ-20022 Instructions (03 /05/2008) Page I
TCEQ Central Registry Core Data Form
The Core Data Form has been incorporated into this form. Do not send a core data form to TCEQ.
After final acknowledgment of coverage under the g~neral permit, the program will assign a Customer Number (CN) and Regulated Entity Number (RN).
For Construction Permits, a new RN will be assigned.for each Notice oflntent filed with TCEQ, since construction project sites can overlap with other
Customers. The RN assigned to your construction project will not be assigned to any other TCEQ authorization.
You can find the information on the Central Registry web site at www12.tceg.state.tx.us/crpub/. You can search by the Regulated Entity (RN), Customer
Number (CN) or Name (Permittee), or by your permit number under the search field labeled "Additional ID". Capitalize all letters in the permit number.
The Customer (Permittee) is responsib le for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorization s as
chan es occur. For General Permits, a Notice of Chan e form must be submitted to the ro ram area.
Application Fees:
$225.00 application fee if submitting the NOI through ePermits.
$325.00 application fee if submitting a paper NOI for processing.
The application fee is required to be paid at the time the NOI is submitted. Failure to submit payment at the time the application is filed will cause delays
in acknowledgment or denial of coverage under the general permit.
• Mailed Pay ments :
DO NOT mail your check with the original Notice of Intent app lication .
Use the attached Application Fee payment submittal form is mailing the payment. Do not include a copy of the NOL
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Financial Administration Division
Cashier's Office, MC-214 Cashier
P .O. Box 13088
Austin, TX 78711-3088
• eP A Y Electronic Payment:
Go to https ://www6 .tceq.state .tx.us/epay/
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Enviro nmental Quality
Financial Administration Division
's Office, MC-214
12100 Park 35 Circle
Austin, TX 78753
Select Water Quality, then select the fee category "GENERAL PERMIT CONSTRUCTION STO.RM WATER DISCHARGE NOI APPLICATION".
You must include a copy of the payment voucher with your NOL Your NOI will not be considered complete without the payment voucher.
The Annual Water Quality Fee has been consolidated into the Application Fee effective March 5, 2008. An annual fee will not be assessed and
billed to operators on 9/1/2008. This does not relieve the operator of fees due for prior fiscal year assessments.
The operator will continue to rece ive an invoice for payment of any past due annual fee. A 5% penalty will be assessed if the payment is receive d by
TCEQ after the due date. Annual fee assessments cannot be waived as long as the authorization under the general permit was active on September I of
the FY billed.
TCEQ-20022 Instructions (03 /05/2008) Page 2
INSTRUCTIONS FOR FILLING OUT THE NOi FORM
A. OPERA TOR As defined in the eneral ermit.
l. TCEQ Issued Customer Number (CN)
TCEQ's Central Registry will assign each customer a number that begins with "CN," followed by nine digits. This is not a permit number, registration
number, or license number.
• If this customer has not been assigned a Customer Reference Number, leave the space for the Customer Reference Number blank.
• If this customer has alread been assi ned this number, enter the o erator's Customer Reference Number in the s ace rovided.
2. Legal Name
Provide the legal name of the facility operator, as authorized to do business in Texas. The name must be provided exactly as filed with the Texas
Secretary of State (SOS), or on other legal documents forming the entity, that is filed in the county where doing business . You may contact the SOS at
512/463 -5555, or go to http ://www .sos.state.tx.us/corp/contact.shtml for more information related to filing in Texas . If filed in the county where doing
business, rovide a co of the le al documents showin the le al name .
4 . Operator Mailing Address
Provide a complete mailing address for receiving mail from the TCEQ. The address must be verifiable with the US Postal Service at www.usps .com , for
regular mail delivery (not overnight express mail). If you find that the address is not verifiable using the USPS web search, please indicate the address is
used b the USPS for re ular mail delive .
5. Phone Number
This number should correspond to this customer's mailing address given earlier. Enter the area code and phone number here. Leave "Extension" blank if
this customer's hone system lacks this feature.
6 . Fax Number and E-mai l Address
This number and E-mail address should corres ond too erator's mailino address rovided earlier. (0 tional Information)
7. Type ofEntity
Check only one box that identifies the type of entity. Use the descriptions below to identify the appropriate entity type:
Individual is a customer who has not established a business , but conducts an activity that needs to be regulated by the TCEQ .
Sole Proprietorship-D.B .A. is a customer that is owned by only one person and has not been incorporated. This business may :
• be under the person's name
• have its own name ("doing business as," or d.b .a.)
• have any number of employees
Partnership is a customer that is established as a partnership as defined by the Texas Secretary of State's Office.
Corporation the customer meets all of these conditions :
• is a legally incorporated entity under the law s of any state or country
• is recognized as a corporation by the Texas Secretary of State
• has proper operating authority to operate in Texas.
Government-Federal, state, county, or city government (as appropriate)
the customer is either an agency of one of these levels of government or the governmental body itself.
Other is Estate, Trust, etc.
the customer does not fit one of the above descri tions. Enter a short descri tion of the e of customer in the blank rovided .
8. Independent Operator
Check "No" if this customer is a subsidia , art of a lar er com an , or is a overnmental enti . Otherwise, check "Yes ."
9 . Number of Employees
Check one box to show the number of employees for this customer's entire company, at all locations. This is not necessarily the number of employees at
the site named in the NOi.
10. State Franchise Tax ID Number
Corporations and limited liability companies that operate in Texas are issued a franchise tax identification number. If this customer is a corporation or
limited liab ili com an , enter this number here.
Federal Tax ID
All businesses, except for some small sole proprietors, individuals, or general partnerships should have a federal taxpayer identification number (TIN).
Enter this number here. Use no refixes , dashes, or h hens . Sole ro rietors, individuals, or eneral artnershi s do not need to rovide a federa l tax ID.
TX SOS Charter (filing) Number
Corporations and Limited Partnerships required to register with the Texas Secretary of State are issued a charter or filing number. You may obtain further
information b callino SOS at 512/463-5555 htt ://www.sos.state.tx .us /co /c ontact.shtml.
TCEQ-20022 Instructions (03 /05 /2008) Page 3
DUNS Number
Most businesses have a DUNS (Data Universal Numbering System) number issued by Dun and Bradstreet Corp. If this customer has one, enter it here.
B. Aoolication Contact
Provide the name, title and communication information of the person that TCEQ can contact for additional information regarding this application.
If the aoolication is rnissine: information and there is no contact person to call, the aoolication mav be denied.
C. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE
1. Regulated Entity Reference Number (RN)
This is a number issued by TCEQ's Central Registry to sites (a location where a regulated activity occurs) regulated by TCEQ. This is not a permit
number, registration number, or license number.
• If this Regulated Entity has not been assigned a Regulated Entity Number, leave this space blank.
• If this customer has been assigned this number, enter the operator's Regulated Entity Number.
2 . Site/Project Name/Regulated Entity
If the site is already regulated by TCEQ, use the same name as on the existing Regulated Entity Reference Number (RN).
If new, provide the name of the site as known by the public in the area where the site is located. The name you provide on this application will be used in
the TCEQ Central Registrv as the Regulated Entity.
3 . Site/Project (RE) Physical Address
Section A_: Enter the complete physical address of where the site is located. This must be a street number and street name for a complete physical
address. This address must be validated through US Postal Service or your local police (911 service) as a valid address . Please co nfirm thi s to be a
complete and valid address. In some rural areas, new addresses are being assigned to replace rural route addresses.
Please do not use a rural route or post office box for a s ite location.
L Section B: If a site does not have an actual physical address that includes a stree t number and street name, then provide a complete written location
access description, and the zip code and c ity where the s ite is located.
For example: "The site is located 2 miles west from intersection of Hwy 290 & IH35, located on the southwest corner of the Hwy 290 South bound lane."
This includes authorizations for construction projects such as highway s and subdivision.
\,,J
4 . Identify the County where the site is located. If the site covers more th a n one county, provide the county that is most affected by the authorized
activity and list the additional county(s) as secondary.
5. Latitude and Longitude
-J Enter the latitude and longitude of the site in either degrees, minutes, and seconds or decimal form. For help obtaining the latitude and longitude, go to :
TCEO USGS Tonooranhic Man Viewer or httn://www.ten-aserver.com/
6 . Description of Activity Regulated
In your own words, briefly describe the primary business being conducted at the site. (A description specific to what you are doing that requires this
~ authorization -Do not repeat the SIC Code(s).)
SITE MAILING ADDRESS
Provide a complete mailing address to be used by TCEQ for receiving mail at the site. In most cases, the address is the same as the operator. If so,
....i
simply place a check mark in the box. If you provide a different address, please verify the address with USPS as instructed above for the operator
address.
D. GENERAL CHARACTERISTICS
1. Indian Country Lands
e,t
If your site is located on Indian Country Lands, the TCEQ does not have authority to process your application. You must obtain authorization through
EPA, Region VI, Dallas. Do not submit this form to TCEQ.
Indian Countiy means (1) all land within the limits of any American Indian reservation under the jurisdiction of the U .S . government, notwithstanding the
.... issuance of any patent, and including rights-of-way running throughout the reservation; (2) all dependent Indian communities within the borders of the
United States whether within the original or subsequently acquired territory thereof, and whether within or outside the limits of a State; and (3) all Indian
allotments, the Indian titles which have not been extinguished, including ri g hts-of-way running through the same.
t,J Indian Tribe means any Indian Tribe, band, nation, or community recognized by the Secretary of the Interior and exercising substantial governmental
duties and powers.
2. Standard Industrial Classification (SIC) code ._ Provide the SIC code that best describes the construction activity being conducted at the site .
Common SIC Codes related to construction activities include : 1521 Construction of Single Family Homes; 1522 Construction of Residential Bldgs.
Other than Single Family Homes; 1541 Construction oflndustrial Bldgs. and Warehouses; 1542 Construction of Non-residential Bldgs. other than
Industrial Bldgs. and Warehouses; 1611 Highway & Street Construction, except Highway Construction; 1622 Bridge, Tunnel , & Elevated Highway ... Construction; 1623 Water, Sewer, Pipeline & Communications, and Power Line Construction. For help with SIC codes, go to:
www.osha.gov/oshstats/sicser.htrnl
......
TCEQ-20022 Instructions (03 /05 /2008) Page 4
3 . Estimated Area of Land Disturbed
3(a). Provide the approximate number of acres that the construction site will disturb .
3(b ). Indicate is the site is part of a common plan of development or for sale.
t:onstruction activities that disturb less than one acre, unless they are part of a larger common plan that disturbs more than one acre, do not require Jermit
coverage.
Construction activities that disturb between one and five acre, unless they are part of a common plan that disturbs five acres or more acres, do not require
submission of an NOL Therefore, the estimated area of land disturbed should not be less than five, unless the project is part of a larger common plan that
disturbs five or more acres.
"Disturb" means any clearing, grading, excavating, or other similar activities. If you have any questions about this item, please call the storm water
technical staff at (512)239-4671.
4. Discharge Information
4 (a). The storm water may be discharged directly to a receiving stream or through a MS4* from your site. It eventually reaches a receiving water body
such as a local stream or lake, possibly via a drainage ditch. You must provide the name of the water body that receives the discharge from the site (a
local stream or lake).
4 (b). The classified segment number(s) is REQUIRED to get coverage. Go to the link to find the segment number of the classi fied water body where
storm water will flow http ://www.tceg.state.tx.us/compliance/monitoring/water/gualitv/data/wgm/viewer/viewer.html. Call Water Quality Assessments
at 512/23 9-4671 for further assistance. Another source for segments is: http ://www. tceq .state. tx. u s/co mm_ exec/forms _pubs/pubs/ gi/ gi-3 16/i ndex. html
4 ( c). If any surface water body(s) receiving discharges from the construction site are on the latest EPA-approved CWA § 303(d) li s t of impaired waters,
provide the name(s) of the water body(s).
EPA approved CWA 303d li st of impa ired waters can be found at: Texas Water Quality Invento1y and 303(d) List-Texas Commission on Environmental
Quality -www.tceg.state.tx.us
4 (d). Identify the MS4* Operator name if the storm water discharge is into an MS4.
*MS4 is an acronym for Municipal separate storm sewer system. MS4 is defined as a separate storm sewer system owned or operated by a state,
city, town, county, di strict, association, or other public body ( created by or pursuant to state law) having jurisdiction over dispo sal of sewage, industrial
wastes, storm water, or other wastes, including special districts under state law such as a sewer di strict, flood control or drainage district, or similar entity,
or an Indian tribe or an authorized Indian tribal organization, that discharges to water in the state.
4 (e). Edwards Aquifer Rule
See maps on the TCEQ website to determine if the site is located within the Recharge Zone, Contributing Zone, or Contributing Zone within the
Transition Zone of the Edwards Aquifer at http ://www.tceg.state.tx.us/compliance/field ops/eapp/viewer.htrnl.
If the discharge or potential discharge is within the Recharge Zone, Contributing Zone, or Contributing Zone within the Transition Zone of the Edwards
Aquifer, a site specific authorization approved by the Executive Director under the Edwards Aquifer Protection Program (30 TAC Chapter 213) is
required before construction can begin.
The general permit requires the approved Contributing Zone Plan or Water Pollution Abatement Plan to be included as a part of the Storm Water
Pollution Prevention Plan. The certification must be answered "Yes" for covera e under the eneral ermit.
E. CERTIFICATIONS
Failure to indicate "Yes" to ALL of the certification items ma result in denial of covera e under the eneral ermit.
The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code §305.44
IF YOU ARE A CORPORATION:
The regulation that contro Is who may sign an N OJ or similar form is 30 Texas Administrative Code §305.44(a)(l) (see below). According to
this code provision, any corporate representative may sign an NOi or similar form so long as the authority to sign such a document has been delegated to
that person in accordance with corporate pro cedures. By signing the NOi or si milar form, you are certifying that such authority has been delegated to
you. The TCEQ may request documentation evidencing such authority.
IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY:
The regulation that controls who may sign an N OJ or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to
this code provision, only a ranking elected official or principal executive officer may sign an NOI or similar form . Perso ns such as the City Mayor or
County Commissioner will be considered ranking elected officials . In order to identify the principal executive officer of your government entity, it may
be beneficial to consult our ci charter, county or ci ordinances, or the Texas statute s) under which our ovemment entity was formed. An NOi or
TCEQ-20022 Instructions (03/05/2008) Page 5
similar document that is signed b y a govemm ent official who is not a rankin g elected official or princip al executive officer does not conform to
§305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By sign in g
the NOi ors imilar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative
code. Documentation demonstrating your position as a ranking el,ected official or principal executive officer may be requested by the TCEQ.
If you have any questions or need addition al information concerning the signatory requ irements discussed above, please contact the Texas Commission
on Environmental Quality's Environmental Law Division at 512/239-0600 .
30 Texas Administrative Code
§305.44. Signatories to Applications.
(a) All applications shall be signed as follows.
(1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible
corporate officer means a pres ident, secretary, treasurer, or v ice-president of the corpor ation in charge of a pr incipal business function, or any 0th er
person who perform s si milar policy or decisi on-making functions for the corpor ation; or the manager of one or more manufacturin g, production, or
operating facilities em ploying m 01'e than 250 persons or having gross annual sales or expend itures exceeding $25 m illion (in sec and-quarter 1980
dollars), if authority to sign docu men ts has been assigned or de legated to the manager in accordance with corporate procedures. Corporate pro cedures
governing authority to sign permit or post-closure order applicati ons may provide for assignment or delegation to applicable corporate positions rather
than to specific individuals.
(2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively.
(3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a
ranking elected official. For purposes of this paragraph, a principal executive officer of a federal agency includes the chief executive officer of the
agency, or a senior executive officer having responsibility for the overall operations of a principal geographic unit of the agency (e .g ., re gional
administrator of the EPA).
TCEQ-20022 Instructions (03 /05 /2008) Page 6
Texas Commission on Environmental Quality
General Permit Pay ment Submittal Form
$325 for a paper Cons truction NOi Application F ee
Use this form to submit your Application Fee only if you are mailing your payment.
•Complete items I through 5 below:
• Staple your check in the space provided at the bottom of this document.
• Do not mail this form with your NOI form.
• Do not mail this form to the same address as your NOL
Mail this form and v our check to:
BY REGULAR U.S. MAIL . BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Q uality Texas Commission on Environmental Quality
Financial Administration Division Financial Administration Division
Cashier's Office, MC-2 14 Cashier's Office, MC-214
P.O. Box 13088 12100 Park 35 Circle
Austin, TX 78711 -3088 Austin, TX 78753
Fee Code : GPA Ge neral Permit: TXR150000
I. Check/ Money Order No :
2 . Amount of Check/Money Order :
3. Date of Check or Money Order:
4. Name on Check or Money Order :
5. NOi INFORMATION
lfthe check is for more than one NOI, list each Project/Site (RE) Name and Physical Address exactly as provided on the NOi. DO NOT SUBMIT
A COPY OF THE NOI WITH THIS FORM AS IT COULD CAUSE DUPLICATE PERMIT ENTRIES.
See Attached List of Sites (If more space is needed, vou mav attach a list.)
Project/Site (RE) Name :
I
Project/Site (RE) Physical Address:
'
Staple Check In This Space
TCEQ-20 134 (3/05 /2008) Page I
TCEQ Offi ce Use Only §J --=a Notice of Termination (NOT) Permit No.: ~ ':15 for Authorizations unde r . ~ RN:
a • TPDES Gen e ral Permit T XR1 50000 CN :
TCEQ
~ S ig n u p n ow for on lin e N OT at htt (!://www.tceg .state.tx.us/(!ermitti n g /steers/steers.html
Get your NOT Confirmation letter immediately after submitting the o n line NOT form.
What is the perm it number to be terminated?
Processing will be delayed without the permit number. TXRlS
A. OPERAT OR (aoolicant)
1. What is the Customer Number (CN) issued to this entity? CN
2. What is the full Legal Name of the current permittee?
This must be the current permittee of the permit to be terminated.
3. What is the applicant's mai ling address as recognized by the US Postal Service?
Address: I Suite No./Bldg . No ./Mail Code:
City: I State: I ZIP Code:
Country Mailing Information (if outside USA). Country Code: Postal Code:
4 . Phone No.: ( ) I Extension :
5. Fax:No .: ( ) I E-mail Address:
B. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE
1. What is the TCEQ Issued RE Reference Number (RN)? RN
2. Name of Project or Site as cuITently permitted):
(example : phase and name of subdivision or name of project that's unique to the site)
3. Physical Address of Project or Site as currently permitted : (enter in spaces below)
Street Number: I Street Name :
City: I ZIP Code: I County (Counties if >l):
4. If no physical address (Street Number & Street Name), provide the written location access description to the site :
C. REASON FOR TERMINATION
Check the reason for termination:
D Final stabilization has been achieved on all .portions of the site that are the responsibility of the Operator and all si lt fences and other
temporary erosion controls have either been removed, or scheduled for removal as defined in the SWP3.
D Another permitted Operator has assumed control over all areas of the site that have not been finally stabilized, and temporary
erosion controls that have been defined in the SWP3 have been transferred to the new Operator.
D The activity is now authorized under an alternate TPDES permit.
0 The activity never began at this site that is regulated under the general permit.
D. CERTIFIC ATION
I,
Typed or printed name Title
certify under penalty of law that this document and all attachments were prepared under my direction or supervision in accordance with a system designed
~ to assure that qualified personnel properly gather and evaluate the information submitted. Based on my inquiry of the perso n or persons who manage the
system, or those persons directly responsible for gathering the information , the inform ation submitted is, to the best of my knowledge and belief, true ,
accurate, and complete. I am aware there are significant penalties for submitting false information, including the possibility of fine and imprisonment for
knowing violations.
µ I further certify that I am authorized under 30 Texas Administrative Code §305.44 to sign and submit this document, and can provide documentation in
proof of such authorization upon request.
\.t Signature: Date :
(Use blue ink)
TCEQ-20023 (02/06 /2007) Page 1
No tic e of T e rmination (NOT) for Authorizations und e r
TPDES General Permit TXR150000
Gen e ral Information and Instructions
GE NERAL INFORMATION
Where to Send the Notice ofinte nt (NOI):
BY REGULAR U .S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC22 8)
P .O . Box 13087
Austin, TX 78711-3087
TCEQ Contact li st:
Application Processing Questions relating to the status and form requirements :
Technical Questions re lating to the general permit:
Environmenta l Law Division :
Records Management for obtaining copies of forms submitted to TCEQ :
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin, TX 78753
512/239-467 I
512/239 -4671
512/23 9-0600
512/239-0900
Information Services for obtaining reports from program data bases (as available): 512/239-DATA (3282)
5 12/239-0357 or 512/239-0187 Financial Administration's Cashier's office:
Notice of Te rminatio n Process:
A Notice of Termination is effective o n the date postmarked for delivery to TCEQ.
When your NOT is received by the program, the form will be processed as follows :
I . A dministra tive R eview: The form will be reviewed to confirm the following :
• the permit number is provided
• the permit is active and has been approved
• the entity terminating the permit is the current permittee
• the site information matches the original permit record
• the form has the require d original signature with title and date
2. Notice of Deficiency: Ifan item is incomplete or not verifiable as indicated above, a phone call will be made to the applicant to clear the deficiency .
A letter will not be sent to the permittee if un a ble to proce ss the form .
3 . Co nfirm at ion of Termin at ion: A Notice of Termination Confirmation letter will be mailed to the operator.
Ge ne ral Pe rmit (Your Pe rm it)
Coverage un der the general permit begins 48 hou rs after a com pl eted NOi is postmarked fo r de li very to the TCEQ. Yo u should have a copy of your
general permit when submitting your application . You may vie w and print your permit for which you are seeking coverage , on the TCEQ web site
www.tceo .state .tx .us
Ge ne ral P ermit Fo rms
The No tice ofintent (NOi), Notice of Termination (NOT), and Notice of Change (NOC) with instructions are available in Adobe Acrobat
PDF fmmat on the TCEQ web site www.tceg .state.tx .us .
C han ge in Op e ra to r
An authorization under the general pe rmit is not trans ferable. If the operator or owner of the regulated entity changes, the present permittee must submit
a Notice of Termination and the new operator mu s t submit a Notice ofintent. The NOT and NOi must be submitted not later than 10 days prior to the
change in Operator status .
TCEQ Cent ra l R egis try Core Da ta Fo rm
The Core Data Form has been incorporated into thi s form . Do not se nd a c o re data for m to TCEQ.
After final acknowledgment of coverage under the general permit, the program will ass ign a Customer N~ber (CN) and Regulated Entity Number (RN).
For Construction Permits, a new RN w ill be ass ig ned for each Notice ofintent filed with TCEQ, since construction project sites can overlap with other
Customers. The RN as s igned to your construction project will not be as s igned to any other TCEQ authorization.
You can find the information on the Central Re g istry web site at wwwl2 .tceg .state .tx .us/cmub/. You can search by the Regulated Entity (RN), Customer
Number (CN) or Name (Permittee), or by your permit number under the search fie ld labeled "Additional ID". Capitalize all letters in the permit number.
TCEQ-20023 Instructions (02/06 /2007) Page I
The Customer (Permittee) is responsible for providing consistent information to the TCEQ, and for updating all CN and RN data for all authorzations as
changes occur. For General Permits, a Notice of Change form must be submitted to the program area.
Annu al Wate r Q uali ty Fee : This fee is assessed to operators with an active authorization under the general permit on September 1 of each year. The
operator will receive an invoice for payment of the annual fee in November of each year. The payment will be due 30 days from the invoice date . A 5%
penalty will be assessed if the payment is received by TCEQ after the due date. Annual fee assessments cannot be waived as long as the authorization
under the general permit is active on September 1.
It's important for the operator to submit a Not ice of Terminatio n (NOT) when coverage under the general permit is no longer required . A NOT is
effective on the postmarked date of mailing the form to TCEQ. It is recommended that the NOT be mailed using a method that documents the date
mailed and received by TCEQ.
• Mailed Payments:
You must return your payment with the billing coupon provided with the billing statement.
• eP A Y Electronic Payment:
Go to www6.tceg.state.tx.us/epay
You must enter your account number provided at the top portion of your billing statement. Pay ment methods include Mastercard, Visa, and electronic
check payment (ACH). A transaction over $500 can only be made by ACH.
IN STRUCTIONS FOR FILLIN G OUT THE NOT F ORM
A. OPER.\TOR (current pennittee.)
1. TCEQ Issued Customer Number (CN)
2 . Legal Name of Operator
The operator must be the same entity as previously submitted on the original Notice oflntent for the permit number provided.
3 . Operator Mailing Address
Provide a complete mailing address for receiving mail from the TCEQ. Update the address if different than previously submitted in the Notice of Intent
or Notice of Change.
4. Phone Number, Fax Number, and E-mail Address
Provide updated contact information.
B. REGULATED ENTITY (RE) INFORMATION ON PROJECT OR SITE
1. Regulated Entity Refe rence Number (RN)
2. Site/Project Name/Regulated Entity
Provide the name of the site as previously submitted in the Notice oflntent for the permit number provided.
3. Site/Project (RE) Physical Address
Provide the physical address or location access description as previously submitted for the permit number provided.
C. REASON FOR TERMINATION
Indicate the reason for terminating the permit by checking one of the options. If the reason is not listed then provide an attachment that explains the
reason for termination.
Please read your general pe rmit carefully to determine when to terminate your permit. Permits will not be reactivated after submitting a termination form .
The termination is effective on the date postmarked for delivery to TCEO.
D. CERTIFICATIONS
The certification must bear an original signature of a person meeting the signatory requirements specified under 30 Texas Administrative Code (TAC)
§305.44.
IF YOU ARE A CORPORATION:
The regulation that controls who may sign an NOi or similar form is 30 Texas Administrative Code §305.44(a)(l) (see below). According to
this code provision, any corporate representative may sign an NOi or similar fonn so long as the authority to sign such a document has been delegated to
that person in acco rdance with corporate procedures. By signing the NOi or similar form, you are certifying that such authority has been delegated to
you. The TCEQ may request documentation evidencing such authority.
IF YOU ARE A MUNICIPALITY OR OTHER GOVERNMENT ENTITY:
The regulation that controls who may sign an N QI or similar form is 30 Texas Administrative Code §305.44(a)(3) (see below). According to
this code provision, only a ranking elected official or principal executive officer may sign an NOi or similar form. Persons such as the City Mayor or
County Commissioner will be considered ranking elected officials . In order to identify the principal executive officer of your government entity, it may
be beneficial to consult your city charter, county or city ordinances, or the Texas statute(s) under which your government entity was formed . An NOi or
similar document that is signed by a government official who is not a ranking elected official or principal executive officer does not conform to
TCEQ-20023 Instructions (02/06 /2007) Page 2
§305.44(a)(3). The signatory requirement may not be delegated to a government representative other than those identified in the regulation. By signing
the NOi or similar form, you are certifying that you are either a ranking elected official or principal executive officer as required by the administrative
code. Documentation demonstrating your po sition as a ranking elected official or principal executive officer may be requested by the TCEQ.
If you have any questions or need addition al information concerning the signatory requirements discussed above, please contact the Texas Commission
on Environmental Quality's Environmental Law Division at 512/239-0600.
30 Texas Administrative Code
§305.44. Signatories to Applications.
(a) All applications shall be signed as follows.
( 1) For a corporation, the application shall be signed by a responsible corporate officer. For purposes of this paragraph, a responsible
corporate officer means a president, secretary, treasurer, or v ice-president of the corpor ation in charge of a principal business function, or any other
person who performs similar policy or decision-making functions for the corporation; or the manager of one or more manufacturing, production, or
operating facilities employing more than 250 persons or having gross annual sales or expenditures exceeding $25 million (in second-quarter 1980
dollars), if authority to sign documents has been assigned or delegated to the manager in accordance with corporate procedures. Corporate pro cedures
governing authority to sign permit or post-closure order applications may provide for assignment or delegation to applicable corporate positions rather
than to specific individuals.
(2) For a partnership or sole proprietorship, the application shall be signed by a general partner or the proprietor, respectively.
(3) For a municipality, state, federal, or other public agency, the application shall be signed by either a principal executive officer or a
ranking elected official. For purposes of this paragraph, a principal executive officer ofa federal agency in~ludes the chief executive officer of the
agency, or a senior executive officer having responsibility for the overall operations ofa principal geographic unit of the agency (e.g., regional
administrator of the EPA).
TCEQ-20023 Instructions (02/06 /2007) Page 3
SECTION 8.3 -REPORTS
Geotechnical Engineering Study
GEOTECHNICAL ENGINEERING STUDY
PAVEMENT DESIGN AND RECONSTRUCTION
2007 CRITICAL CAPITAL PROJECT
(COUNCIL DISTRICT 9) -GROUP 9C
FORT WORTH, TEXAS
Presented To:
GM Enterprises
January 2009
PROJECT NO. 456-08-06C
.CM--rT
' . •. " ENGINEERING, INC.
January 12 , 2009
Report No. 456-08-06C
G.M . Enterprises
7098 Mansfield Highway
Kennedale, Texas 76060
Attn : Mr. Glenn Morales
Dear Mr. Morales:
GEOTECHNICAL ENGINEERING STUDY
PAVEMENT DESIGN AND RECONSTRUCTION
2007 CRITICAL CAPITAL PROJECT
(COUNCIL DISTRICT 9) -GROUP 9C
FORT WORTH, TEXAS
CITY OF FORT WORTH DOE NO. 5924
BROWN AND GAY PROJECT NO. 00983
7636 Pebble Drive
Fort Worth, Tens 76118
www.cmjengr.com
Submitted here are the results of a geotechnical engineering study for the referenced project. This
study was performed · in general accordance with our Proposal No. 08-2270 (Revision 3) dated
June 27, 2008. The geotechnical services were authorized on November 10, 2008 .
Engineering analyses and recommendations are contained in the text section of the report . Results
of our field and laboratory services are included in the appendix of the report. We would appreciate
the opportunity to be considered for providing the construction material testing services duririg the
construction phase of this project.
We appreciate the opportunity to be of service to GM Enterprises and Brown & Gay Engineers, Inc.
Please contact us if you have any questions or if we may be of further service at this time .
Respectfully submitted,
CMJ ENGINEERING, INC.
Texas Firm Registration No. F-9177
Cb'l'f~'if-
~aJs_ ~-Sappington, IV, P.E.
Project Engineer
Texas No. 97 402
_,,,,,,,
-~E. OF J"c:-\ ...-" t"~ ....... •.'-;--t \ \ , C.,.·· •:J,s, •, "" .• •• I ,.... . .... ,
, : ' •,*I ············· ............ : ... ~ ~ JAMES P. SAPPINGTON, IV ;
' ............................. ; , . . ,
.~.. 97402 .:{J,
f "b·, ,• ~,,:' t,~..;.{f.CENS~?.··~_.
\'\S's •. ·····r-.·t;;·{::> -,,,',ONAL ~--:JI' ,,, ... \·'·
copies submitted : (1) Mr. Glenn Morales ; GM Enterprises
l/))JL
illiams, P .E.
(3) Mr. Carl Krogness , P.E.; Brown & Gay Engineers , Inc.
Phone (817) 284-9400 Fax (817) 589-9993 Metro (817) 589-9992
TABLE OF CONTENTS
1.0 INTRODUCTION
2.0 FIELD EXPLORATION AND LABORATORY TESTING
3.0 SUBSURFACE CONDITIONS-
4.0 PAVEMENT DESIGN---
5.0 EARTHWORK -
6.0 CONSTRUCTION OBSERVATIONS --
Page
--1
2
---4
-----6
-11
---12
7.0 REPORT CLOSURE----------------------------------------13
Plan of Borings
Unified Soil Classification System---
Key to Classification and Symbols
Logs of Borings
Torvane Shear Test Results---------
Triaxial Shear Test Reports
APPENDIX A
Free Swell Test Results---------
Lime Series Test Results
Soluble Sulfate Test Results
APPENDIXB
Pavement Thickness Design ---------------
Report No . 456-08-0SC
Plate
---------A.1
----A.2
---------A.3
--------A.4 -A.20
-A.21
----------A.22 -A.42
A.43
A.44-A.45
A.46-A.48
Plate
-8.1 - B.2
CMJ ENGINEERING, INC.
1.0 INTRODUCTION
1.1 General
This report presents the results of a geotechnical engineering study for total pavement
reconstruction of portions of six residential streets in Fort Worth, Texas . Specific streets and
project limits are as follows: 5th Avenue from West Allen Avenue to Lilac Street and West Cantey
Boulevard to West Lowden Street, 6th Avenue from West Arlington Avenue to West Jessamine
Street, West Cantey Street from 5th Avenue to Cleburne Road , Henderson Street from West
Magnolia Avenue to Myrtle Street, Lake Street from West Magnolia Avenue to West Maddox
Avenue, and Willing Avenue from West Robert Street to West Cantey Street. The new roadways
are planned to match their current width and alignment and will incorporate curb and gutters. This
report conforms to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition . Plate
A.1 depicts the project vicinity and approximate locations of exploration borings.
1.2 Purpose and Scope
The purpose of this geotechnical engineering study has been to determine the general subsurface
conditions, evaluate the engineering characteristics of the subsurface materials encountered ,
develop recommendations for the type or types of pavement subgrade preparation and
modification, provide pavement design guidelines, and provide earthwork recommendations .
To accomplish its intended purposes, the study has been conducted in the following phases: (1)
drilling sample borings to determine the general subsurface conditions and to obtain samples for
testing; (2) performing laboratory tests on appropriate samples to determine pertinent engineering
properties of the subsurface materials; and (3) performing engineering analyses, using the field
and laboratory data to develop geotechnical recommendations for the proposed construction .
The design is currently in progress and the locations and/or elevations of the structure could
change. Once the final design is near completion (SO-percent to 90-percent stage), it is
recommended that CMJ Engineering, Inc . be retained to review those portions of the construction
documents pertaining to the geotechnical recommendations, as a means to determine that our
recommendations have been interpreted as intended .
Report No. 456-08-0SC CMJ ENGINEERING, INC.
1.3 Report Format
The text of the report is contained in Sections 1 through 7. All plates and large tables are
contained in Appendix A. The alpha-numeric plate and table numbe rs identify the appendix i n
which they appear. Small tables of less than one page in length may appear in the body of the text
and are numbered according to the sect ion in which they occur.
Units used in the report are based on the English system and may include tons per square foot
(tsf), kips (1 kip = 1,000 pounds), kips pe r square foot (ksf), pounds per square foot (psf), pounds
per cubic foot (pcf), and pounds per square inch (psi).
2.0 FIELD EXPLORATION AND LABORATORY TESTING
2.1 Field Exploration
Subsurface materials at the project site were explored by seventeen (17) vertical soil borings .
Borings C-1A , C-2 through C-7, C-88 , and C-9 through C-17 were drilled to a depth of 10 feet
below existing grades . Borings with nomenclature modifiers "A" or "B'' indicate alternate field
boring locations due to unanticipated underground utility conflicts . The borings were drilled with
truck mounted drilling equipment using continuous fl ight augers at the approximate locations
shown on the Plan of Borings , Plate A.1 . The boring logs are included on Plates A.4 through A.20
and keys to classifications and symbols used on the logs are prov ided on Plates A.2 and A.3 . ·
Undisturbed samples of cohesive soils were obtained with nominal 3-inch diameter th in-walled
(Shelby) tube samplers at the locations shown on the logs of borings. The Shelby tube sampler
cons ists of a thin-walled steel tube with a sharp cutting edge connected to a head equipped with a
ball valve threaded for rod connection . The tube is pushed into the soil by the hydraulic pulldown
of the drilling rig . The soil specimens were extruded from the tube in the field , logged , tested for
consistency with a hand penetrometer, sealed, and packaged to limit loss of moisture .
The consistency of cohesive soil samples was evaluated in the field using a calibrated hand
penetrometer. In this test a 0 .25-inch diameter piston is pushed into the relat ively undisturbed
sample at a constant rate to a depth of 0 .25 inch . The results of these tests , in tsf, are tabulated at
respective sample depths on the logs . When the capacity of the penetrometer is exceeded, the
value is tabulated as 4.5+.
Report No. 456-08-0SC CMJ E NGIN EERING, INC.
2
To evaluate the relative density and consistency of the harder formations, a modified version of the
Texas Cone Penetration test was performed at se lected locations . Texas Department of
Transportation (TxDOT) Test Method Tex-132-E specifies driving a 3-inch diameter cone with a
170-pound hammer freely falling 24 inches . This results in 340 foot-pounds of energy for each
blow. This method was modified by utilizing a 140-pound hammer freely falling 30 inches. This
results in 350 foot-pounds of energy for each hammer blow. In relatively soft materials , the
penetrometer cone is driven 1 foot and the number of blows required for each 6-inch penetration is
tabulated at respective test depths , as blows per 6 inches on the log. In hard materials (rock or
rock-like), the penetrometer cone is driven with the resulting penetrations, in inches , recorded for
the first and second 50 blows, a total of 100 blows . The penetration for the total 100 blows is
recorded at the respective testing depths on the boring logs .
Ground-water observations during and after completion of the borings are shown on the upper right
of the boring logs. Upon completion of the borings , the bore holes were backfilled with hydrated
bentonite chips and properly plugged at the surface with asphalt.
2.2 Laboratory Testing
Laboratory soil tests were performed on selected representative samples recovered from the
borings. In addition to the classification tests (liquid limits, plastic limits, and percent passing the
No. 200 sieve), moisture content , hand penetrometer, unconfined compressive strength, and unit
weight tests were performed. Results of the laboratory classification tests, moisture content,
unconfined compressive strength , and unit weight tests conducted for this project are included on
the boring logs ..
The undrained shear strength of selected soil specimens were estimated in the laboratory with a
Torvane shear test device. The undrained shear strength values determined with the Torvane device
are presented in tsf on Plate A.21 .
Twenty-one triaxial shear tests were performed on specimens from selected samples to evaluate
shear strength properties of the subgrade soils . The triaxial shear tests included unconsolidated-
undrained (UU) tests . These tests were performed for CMJ Engineering, Inc. by ML Testing , LLC .
The results of the triaxial tests are presented on Plates A.22 through A.42 .
Report No. 456-08-06C CMJ ENGINEERING, INC.
3
Four swell tests were performed on specimens 1from selected samples of the clays . These tests
were performed to help in evaluating the swell potential of soils in the area of the proposed
pavements. The results of the swell tests are presented on Plate A.43 .
Four Eades and Grim Lime Series tests were performed on selected samples to identify the
appropriate concentration of lime to add to soils for modification purposes . The results of the lime
series tests are presented on Plates A.44 and A.45.
Eight soluble sulfate tests were conducted on selected soil samples recovered from the borings.
The sulfate testing was conducted to help identify sulfate-induced heaving potential of the soils.
Sulfate-induced heaving can cause detrimental volumetric changes to a lime modified subgrade.
The result of the sulfate tests are presented on Plates A.46 through A.48.
The above laboratory tests were performed in general accordance with applicable ASTM
procedures, or generally accepted practice.
3.0 SUBSURFACE CONDITIONS
3.1 Site Geologies
According to the Dallas Sheet of the Geologic Atlas of Texas, the project site is geologically
located in an undivided mapping unit which includes the Pawpaw Formation, Weno Limestone, and
Denton Clay, of the Lower Cretaceous age. The Pawpaw Weno Denton formation consists of
limestone and shale occasionally with alternating clay layers . The formation typically weathers to
form residual deposits of moderately to highly active plastic clay.
3.2 Soil Conditions
Specific types and depths :of subsurface strata encountered at the boring locations are shown on
the boring logs in Appendix A . The generalized subsurface stratigraphy encountered in the borings
are discussed below. Note that depths on the borings refer to the depth from the existing grade or
ground surface present at the time of the investigation, and the boundaries between the various
soil types are approximate.
Pavement is present at all the borings locations, consisting of 2 to 9 inches of asphalt surfacing.
Concrete underlies the asphalt surface in all borings, except Borings C-88, C-10, C-11, and C-14,
Report No. 456-08-0SC CMJ ENGINEERING, INC.
4
and is 4 to 18 inches in thickness. Gravel is present beneath the asphalt surface in Borings C-8B,
C-10, and C-11, with thicknesses ranging from 3 to 6% inches . No significant fills were noted
within the borings.
Natural soils consist of dark brown, brown, light brown, gray, light reddish brown, reddish brown,
olive brown, and tan silty clays, silty shaly clays, shaly clays, sandy clays, calcareous clays, and
clays . Limestone fragments are often present within the upper soils, and are abundant in several
borings . The clay soils typically contain ironstone nodules or calcareous nodules and deposits .
Limestone seams and/or weathered limestone seams are present within the clays below depths of
3 to 4 feet in Borings C-3, C-4, and C-10.
The various clays had tested Liquid Limits (LL) ranging from 29 to 70 and Plasticity Indices (Pl)
ranging from 16 to 47 and are classified as CL and CH by the uses . The various clays were
generally firm to hard (soil basis) in consistency, with pocket penetrometer readings of 1.0 to
greater than 4.5 tsf. The clay soils had tested dry unit weight values ranging from 81 to 115 pcf
and moisture content values range from 6 to 38 percent.
Intact units of tan limestone are present in Borings C-1A and C-2 at depths of 6 to 8 feet. The tan
limestone is moderately hard to hard (rock basis}, with Texas Cone Penetrometer (THO) test
values of 1 and 2.5 inches of penetration for 100 hammer blows. Clay seams are present within
the tan limestone in Boring C-2 .
3.3 Ground-Water Observations
The borings were drilled using continuous flight augers in order to observe ground-water seepage
during drilling. Ground-water seepage was noted at a depth of 6 feet in Boring C-1A during drilling .
A water level of 6 feet was measured in Boring C-1A at drilling completion . Ground-water was not
encountered during drilling in all the other borings . All other borings were dry at completion of
drilling operations .
Fluctuations of the ground-water level can occur due to seasonal variations in the amount of
rainfall ; site topography and runoff; hydraulic conductivity of soil strata ; and other factors not
evident at the time the borings were performed . Ground-water can trap atop limestone layers,
occur in joints or gravel seams in the clays or via more permeable strata .
Report No. 456-08-0SC CMJ ENGINEERING, INC.
5
4.0PAVEMENT DESIGN
·4.1 Pavement Subgrade Considerations
4 .1 .1 General
The perfonnance of the pavement for this reconstruction project depends upon several factors
including : the characteristics of the supporting soil ; the magnitude and frequency of wheel load
applications; the qual ity of construction materials ; the contractor's placement and workmanship
abilities; and the desired period of design life. The success of the pavement subgrade is subgrade
soil strength and control of water. Adequate subgrade performance can be achieved by modifying
or stabilizing the existing soils used to construct the pavement subgrade .
Pavement sections are susceptible to edge distress as edge support deteriorates over time .
Therefore, care must be taken to provide and maintain proper edge support . In conjunction with a
stabilized subgrade or flexible base course underlying the pavement, it is recommended that the
stabilized subgrade or flexible base extend a minimum of 12 inches beyond the surface course on
each side of the street. Maintenance should be provided when edge support deteriorates .
4 .1.2 Subqrade Preparation
Anticipated subgrade materials predominately consist of highly plastic silty clays and clays , with select
locations consisting of moderately plastic silty clays, sandy clays, and calcareous clays . These higher
plasticity clays, those with a Pl of 20 or greater, are subject to loss in support value with the moisture
increases which occur beneath pavement sections . They react with hydrated lime , which serves to
improve and maintain their support value. Treatment of these soils with hydrated lime will improve
their subgrade characteristics to support area paving . In select areas (Boring C-6), a visual
observation of the pavement subgrade should be considered following rough grading to determine
specific materials which are present that would benefit from the addition of lime .
Significant thicknesses of existing pavement are noted , with significant underlying concrete
thicknesses in select locations. Removal of the existing pavement structure may require imported soil
materials in order to establish subgrade elevation . Embankment fill for structures, including
pavement, must consist of non-expansive earth fill, in accordance and as defined by the City of Fort
Worth Pavement Design Standards Manual , 2005 Edition , Special Technical Specification (STS),
Table STS-003 .2 . Placement of the non-expansive earth fill should be performed in accordance
Report No. 456-08-0GC CMJ ENGINEERING, INC.
6
with the referenced technical specification. Lime stabilization of the select fill material is not ,
required , where a minimum thickness of 6 inches of select fill is present.
In lieu of lime stabilization, consideration may be given to substituting a flexible base meeting TxDOT
Item 247 , Type A , Grade 1 on an equal basis .
4.2 Potential Vertical Movements
Estimates of expansive movement potential have been estimated using TxDOT Test Method Tex
124-E. Potential vertical movements on the order of 3 to 5 inches are estimated in most years .
Movements in excess of these estimates can occur if poor drainage, excessive water collection,
leaking pipelines ,· etc. occur. Any such excessive water conditions should be rectified as soon as
possible . In order to minimize rainwater infiltration through the pavement surface, and thereby
minimizing future upward movement of the pavement slabs , all cracks and joints in the pavement
should be sealed on a routine basis after construction .
4.3 Sulfate-Induced Heaving
Soluble sulfate testing was conducted to check for sulfate-induced he~wing potential. Sulfate-
induced heaving is caused when hydrated lime is added to a soil with high sulfate concentration.
The lime reacts with the sulfates to cause potentially large volumetric changes in the soil. Portland
cement also produces lime as a byproduct of hydration , and therefore also reacts with sulfates .
Soluble sulfate levels in soils on the order of 2,000 parts-per-million (ppm) or less are usually of low
concern and warrant only observation of the subgrade during the stabilization process . The
soluble sulfate levels of the tested samples ranged from <100 to 1,840 ppm. Since the samples
tested were below 2,000 ppm, a single treatment process is recommended . The single treatment
is described in Section 4.4. In addition, it is recommended that during the curing period of the lime
treatment , the subgrade be supplied with ample moisture to allow proper hydration, and it should
be checked for any volumetric changes that may indicate a sulfate-induced heaving condition .
4.4 Pavement Subgrade Preparation
4.4.1 Lime Stabilization
Lime stabilization is recommended for all subgrade areas with plastic clays, typically with Plasticity
Indices greater than 20 . Prior to lime addition, the subgrade should be proofrolled with heavy
Report No. 456-08-06C CMJ ENGINEERING, INC.
7
pneumatic equipment. Any soft or pumping areas should be undercut to a firm subgrade and
properly backfilled as described in the City of Fort Worth Pavement Design Standards Manual,
2005 Edition, Special Technical Specification (STS).
According to the City of Fort Worth Pavement Design Standards Manual , 2005 Edition, Special
Technical Specification, STS-003 Earthwork, Section 3.07, the stabilized subgrade should be
scarified to a minimum depth of 6 inches and uniformly compacted to a minimum of 100 percent of
Standard Proctor density (ASTM D 698), between minus 2 to plus 3 percentage points of the
optimum moisture content determined by that test. It should then be protected and maintained in a
moist condition until the pavement is placed . The presence of limestone fragments, ironstone
nodules and calcareous nodules in the surficial soils can complicate mixing of the soil and lime .
It is recommended a minimum of 7 percent hydrated lime be used to stabilize the clay subgrade
soils. The amount of hydrated lime required to stabilize the subgrade should be on the order of 32
pounds per square yard based on a dry unit weight of 100 pcf for a 6-inch depth . The hydrated
lime should be thoroughly mixed and blended with the upper 6 inches of the clay subgrade (TxDOT
Item 260). The hydrated lime should meet the requirements of Item 260 (Type A) in the Texas
Department of Transportation (TxDOT) Standard Specifications for Construction of Highways,
Streets and Bridges, 2004 Edition .
4.4.2 Subgrade Preparation Considerations
It is recommended that subgrade stabilization extend to at least one foot beyond pavement edges
to aid in reducing pavement movements and cracking along the curb line due to seasonal moisture
variations after construction. Each construction area should be shaped to allow drainage of
surface water during earthwork operations, and surface water should be pumped immediately from
each construction area after each rain and a firm subgrade condition maintained . Water should not
be allowed to pond in order to prevent percolation and subgrade softening, and subgrade
treatments should be added to the subgrade after removal of all surface vegetation and debris .
Sand should be specifically prohibited beneath pavement areas, since these more porous soils can
allow water inflow, resulting in heave and strength loss of subgrade soils (lime stabilized soil will be
allowed for fine grading). After fine grading each area in preparation for paving, the subgrade
surface should be lightly moistened, as needed, and recompacted to obtain a tight non-yielding
subgrade .
Report No. 456-08-06C CMJ ENGINEERING, INC
8
Surface drainage is critical to the performance of this pavement. Water should be allowed to exit
the pavement surface quickly. This can be accomplished by maintaining at least 1 percent slope of
the finished grades and discharging the water into drainage structures . All pavement construction
should be performed in accordance with the procedures provided in Section 4.6.
4.5 Pavement Sections
Pavement analyses were performed using methods outlined in the AASHTO Guide for Design of
Pavement Structures, 1993 Edition, published by the American Association of State Highway and
Transportation Officials and the City of Fort Worth Pavement Design Standards Manual , 2005
Edition. The design equations were solved using AASHTO Pavement Analysis Software. In the
AASHTO method , traffic loads are expressed in Equivalent 18-kip Single Axle Loads (ESAL) over
the design life of the pavement structure .
Based on the results of the field and laboratory investigation and on soil plasticity properties, the
following design parameters were used in our thickness design calculations for the proposed
streets (soil parameters were conservatively established for the soils that are expected to exhibit
lower bearing strengths):
Subgrade Soils ........................................................ Clay
Design Life .............................................................. 25 years
Initial Serviceability .................................................. 4.5
Terminal Serviceability ............................................ 2.0
Reliability ................................................................. 80%
Overall Deviation (rigid) ........................................... 0.35
Overall Deviation (flexible) ....................................... 0.45
Load Transfer Coefficient ........................................ 2. 7
Drainage Coefficient (rigid) ...................................... 0. 70
Drainage Coefficient (flexible) .................................. 0.40
Design CBR (raw subgrade) .................................... 6
Adjusted Design CBR (lime stabilized) .................... 18
Loss of Support ....................................................... 1.0
Concrete Modulus of Elasticity ................................ 3,604 ,997 psi
Concrete Modulus of Rupture .................................. 630 psi
The following rigid and flexible pavement sections are provided for a Residential -Rural (low
volume) street classification. Detailed pavement design calculations and assumptions are
presented on Plates B.1 and 8 .2. The design ESALS were provided in the City of Fort Worth
Pavement Design Standards Manual, 2005 Edition . The following pavement section is suitable for
the previously mentioned assumptions . Any deviation from these assumptions should be brought
to our attention immediately in order to assess their impact on our recommendations.
Report No . 456-08-0GC CMJ ENGINEERING, INC.
9
Pavement Section Street Growth Design
Thickness
(in.) Material Classification Factor ESAL
7 PCC
6 Lime Stabilized Subgrade
or Flexible Base
2 HMACType D Residential -Rural No 625,000 {low-volume) Growth
5.5 HMACType B
6 Lime Stabilized Subgrade
or Flexible Base
According to the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, the
allowable drainage coefficient for rigid concrete slabs placed directly on a lime stabilized clay
subgrade without a permeable base layer must be no greater than 0. 7. For flexible pavements, the
maximum allowable drainage coefficient for modifying base and sub-base structural layer
coefficients without a permeable base layer connected to an edge drain system is equal to 0.4. In
addition, a reduction factor must be applied in the calculation for the subgrade resilient modulus for
flexible pavements equal to 80 percent of the calcu lated raw subgrade CBR value . The above
requirements directly affect pavement thickness calculations.
4.6 Pavement Material Requirements
Material and process specifications are required to be in accordance with the City of Fort Worth
Pavement Design Standards Manual, 2005 Edition, Special Technical Specification . These
specifications generally include the following references to TxDOT Standard Specifications for
Construction of Highways, Streets and Bridges, 2004 Edition .
Reinforced Portland Cement Concrete: Reinforced Portland cement concrete pavement should
consist of Portland cement concrete having a 28-day compressive strength of at least 3,500 psi.
The mix should be designed in accordance with Item 360, Texas Department of Transportation
Standard Specifications for Construction and Maintenance of Highways, Streets , and Bridges,
2004 Edition using 3 to 6 percent air entrainment. The pavement should be adequately reinforced
with temperature steel and all pavement joints should be placed and constructed in accordance
with the City of Fort Worth Pavement Design Standards Manual, 2005 Edition, Section 4.5.4 .
Report No. 456-08-0SC CMJ ENGINEERING, INC.
10
Hot Mix Asphaltic Concrete Surface Course : Item 340, Type D, Texas Department of
Transportation Standard Specificat ions for Construction and Maintenance of Highways, Streets,
and Bridges , 2004 Edition .
Hot Mix Asphaltic Concrete Base Course : Item 340, Type A or B, Texas Department of
Transportation Standard Specifications for Construction and Maintenance of Highways, Streets ,
and Bridges, 2004 Edition .
Lime Stabilized Subgrade : Lime treatment for base course (road mix) -Item 260, Texas
Department of Transportation Standard Specifications for Construction and Maintenance of
Highways , Streets, and Bridges, 2004 Edition .
Flexible Base : Crushed Stone FJexible Base -Item 247, Type A , Grade 1, Texas Department of
Transportation Standard Specifications for Construction of Maintenance of Highways , Streets , and
Bridges , 2004 Edition.
4.7 General Pavement Considerations
The design of the pavement drainage and grading should consider the potential for differential
ground movement due to future soil swelling of up to 5 inches . In order to . minimize rainwater
infiltration through the pavement surface, and thereby minimizing future upward movement of the
pavement slabs, all cracks and joints in the pavement should be sealed on a routine basis after
construction .
Proper surface drainage in the shoulders is also critical to long term performance of the pavement.
Water allowed to pond adjacent to the pavement will result in loss of edge and subgrade support and
an increase in post construction heave of the pavement.
5.0 EARTHWORK
5.1 City of Fort Worth Required Specifications
The City of Fort Worth Pavement Design Standards Manual , 2005 Edition, Special Technical
Specification (STS) covers the requirements for gene ral earthwork, undercutting excavation and
backfill for unstable subgrades for City Streets including excavation , compacted earth fill , flowable
fill, and trench backfill. The design engineer may refe r to this specification directly in the contract
documents . Related requirements are found within the Special Technical Specification .
Report No. 456-08-0GC CMJ ENGINEERING, INC
11
5.2 Utilities
Unusual problems with caving soils or collapsing materials were not noted at the boring locations .
Care should be taken that utility cuts are not left open for extended periods , and that the cu t s are
properly backfilled. Backfilling should be accomplished with properly compacted impermeable
soils, rather than granular materials in accordance with the City of Fort Worth Pavement Design
Standards Manual, 2005 Edition, Special Technical Specification (STS).
Trench excavations should be sloped or braced in the interest of safety. Attention is drawn to
OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding trench excavations
greater than 5 feet in depth .
5.3 Erosion and Sediment Control
All disturbed areas should be protected from erosion and sedimentation during construction , and
all permanent slopes and other areas subject to erosion or sedimentation should be provided with
permanent erosion and sediment control facilities . All applicable ordinances and codes regarding
erosion and sediment control should be followed .
6.0 CONSTRUCTION OBSERVATIONS
In any geotechnical investigation , the design recommendations are based on a limited amount of
information about the subsurface condit ions. In the analysis, the geotechnical engineer must
assume the subsurface conditions are similar to the conditions encountered in the borings .
However, quite often during construction anomalies in the subsurface conditions are revealed .
Therefore , it is recommended that CMJ Engineering, Inc. be retained to observe earthwork and
foundation installation and perform materials evaluation during the construction phase of the
project . This enables the geotechnical engineer to stay abreast of the project and to be readily
available to evaluate unanticipated conditions, to conduct additional tests if required and, when
necessary, to recommend alternative solutions to unanticipated conditions . Until these
construction phase services are performed by the project geotechnical engineer , the
recommendations contained in this report on such items as final foundation bearing elevations,
proper soil moisture condition , and other such subsurface related recommendations should be
considered as preliminary .
Report No. 456-08-0SC CMJ ENGINEERING, INC.
12
It is proposed that construction phase observation and materials testing commence by the project
geotechnical engineer at the outset of the project. Experience has shown that the most suitable
method for procuring these services is for the owner or the owner's design engineers to contract
d irectly with the project geotechnical engineer. This results in a clear, direct line of communication
between the owner and the owner's design engineers and the geotechnical engineer.
7 .0 REPORT CLOSURE
The borings for this study were selected by CMJ Enginee ri ng, Inc. The locations and elevations of
the borings should be considered accurate only to the degree implied by the methods used in their
determination . The boring logs shown in this report contain information related to the types of soil
encountered at specific locations and times and show lines delineating the interface between these
materials . The logs also contain our field representative's interpretation of conditions that are
believed to exist in those depth intervals between the actual samples taken . Therefore, these
boring logs contain both factual and interpretive information. Laboratory soil classification tests
were also performed on samples from selected depths in the borings. The results of these tests ,
along with visual-manual procedures were used to generally classify each stratum . Therefore, it
should be understood that the classification data on the logs of borings represent visual est imates
of classifications for those portions of each stratum on which the full range of laboratory soil
classification tests were not performed. It is not implied that these logs are representative of
subsurface conditions at other locations and times.
With regard to ground-water conditions, this report presents data on ground-water levels as they
were observed during the course of the field work. In particular, water level readings have been
made in the borings at the times and under conditions stated in the text of the report and on the
boring logs. It should be noted that fluctuations in the level of the ground-water table can occur
w ith passage of time due to variations in rainfall, temperature and other factors. Also , this report
does not include quantitative information on rates of flow of ground water into excavations , on
pumping capacities necessary to dewater the excavations, or on methods of dewatering
excavations . Unanticipated soil conditions at a construction site are commonly encountered and
cannot be fully predicted by mere soil samples, test borings or test pits . Such unexpected
cond it ions frequently requ ire that additional expenditures be made by the owner to attain a properly
Report No. 456-08-06C CMJ ENGINEERING, INC.
13
designed and constructed project. Therefore, provision for some contingency fund is
recommended to accommodate such potential extra cos t.
The analyses, conclusions and recommendations contained in th is report are based on site
conditions as they existed at the time of our field investigation and further on the assumption that
the exploratory borings are representative of the subsurface cond itions throughout the site ; that is,
the subsurface conditions everywhere are not significantly different from those disclosed by the
borings at the time they were completed . If, during construction , different subsurface conditions
from those encountered in our borings are observed, or appear to be present in excavations , we
must be advised promptly so that we can review these cond itions and reconsider our
recommendations where necessary. If there is a substantial lapse of time between submission of
this report and the start of the work at the site, if conditions have changed due either to natural
causes or to construction operations at or adjacent to the site, or if structure locations, structural
loads or finish grades are changed , we urge that we be promptly informed and retained to review
our report to determ ine the applicability of the conclusions and recommendations , considering the
changed conditions and/or time lapse.
Further, it is urged that CMJ Engineering , Inc. be retained to review those portions of the plans and
specifications for this particular project that pertain to earthwork and foundations as a means to
determine whether the plans and specifications are consistent with the recommendations
contained in this report . In addition, we are available to observe construction , particularly the
compaction of structural fill, or backfill and the construction of foundations as recommended in the
report, and such other field observations as might be necessary.
The scope of our services did not include any environmental assessment or investigation for the
presence or absence of wetlands or hazardous or toxic materials in the soil , surface water, ground
water or ai r, on o r below or around the site .
This report has been prepared for use in developing an overall design concept. Paragraphs,
statements , test results, boring logs , diagrams, etc. should not be taken out of context, nor utilized
without a knowledge and awareness of their intent within the overall concept of th is report. The
reproduction of this report, or any part thereof, supplied to persons other than the owner, should
indicate that th is study was made for design purposes only and that verification of the subsurface
Report No. 456-08-06C CMJ ENGINEERING, INC.
14
conditions for purposes of determining difficulty of excavation, tr,fficability, etc. are responsibilities
of the contractor.
This report has been prepared for the exclusive use of GM Enterprises and their consultants for
specific application to design of this project. The only warranty made by us in connection with the
services provided is that we have used that degree of care and skill ordinarily exercised under
similar conditions by reputable members of our profession practicing in the same or similar locality.
No other warranty, expressed or implied, is made or intended .
* * * *
Report No. 456-08-06C CMJ ENGINEERING, INC.
15
:,..
~
"tJ
C
w Allen
Morphy
Myrtle
Oleander
Magnolia Aven e
C-1~ "~C-3
en I I
ml I
j1
C-2-l.-
I
~C-4
C
0
~
(I) Cl) -g Cl
(I) ~
:r: 0
~
N
j
t~1 __ A_l...:.len __
0+-----
\
Parkllace
Park Place
11
~ iC -6
iii Rich nond :5 :51 3 <D '°I
Jefferson
S ~C-7
~ I
~ I .1 C -BB Baltimore J Windsor Arlin! ton W 'j
0 t---------------~f--'-.:;.;.;.:.+:..:..;_:4_---jf--~.---l------l
u. " ~ c ~C-10 :
~ i : +C -9 ·ro 1 1-----'--L_ila_c __ _
U. I
-+C-11
I
I
I
I
a> ~C-12
2 r--t----t---lf---+-...!J~e:!'.s~sa~m~i~ne;_. __ 1 Q)
~
.c
a5 Elizab<~th 801 levard
C cu
&
I
I
I
.c
(0
-+C-13
I
I
I
I
CJ)
E cu
~
Robert
-----f-~.L-,.1r.u:;-t4 __ ~C..:1.§_#-6 Cantey
,:y I
J
//
CMJENGINEERING, INC.
I
I 4c-17
1 Lowden
7
PLAN OF BORINGS
PAVEMENT DESIGN AND RECONSTRUCTION
GROUP 9C
COUNCIL DISTRICT 9
CMJ PROJECT No. 456-08-06C FORT WORTH, TEXAS
Capps
L[GEND
~ Boring Location
0 500
Approximate Sc ale
PLATE
A.I
1000 feet
Major Divisions Grp .
Sym. Typical Names
Well-graded gravels, gravel-
GW sand mixtures, little or no
fines
Laboratory Classification Criteria
o ..
Cu= --greater than 4: Cc= ---between 1 and 3
D,o D,0 x Dso .!!!.
C
.Q ~ ........ o .~
.£ I
~ a...u..!!!1-------------------~
C Cl) Cl) _g
Cl) I!! (I)
.!::I -Q)
U) (l)Q)>
Poorly graded gravels, gravel
GP sand mixtures, little or no
fines
-~ ~~ [ i Cl) Cl) (I)
~ -c_jcii
Not meeting all gradation requirements for GW
,u CL(!):,
00 (!) "01-----------.---------~ .... -~o
Q) iii~-!!! ~ > m (1)1-----+---,1-------------i
·c:;; I!! 8 ~
o<!>-o
o ~z
N cij ffi
ci .c .c
r.nc _ >-=:c
Cl):, S Q)N >(!)-
C o GM ilty gravels, gravel-sand-silt ~-=. -5 i.::E · ai ·;;; q .c ro en mixtures 2: a, j 1 ~
Liquid and Plastic limits
below "A" line or P.I .
greater than 4 Z C ._.
m C
(I) l'O := .c 0 ....
(I) ....
= ~
~Cl>CI> ::,~
3Vi5 .§ --------------! 0 ·;;; ~----------
(1) <11 <l>o rJ>
Liquid and plastic limits
plotting in hatched zone
between 4 and 7 are
borderline cases
requiring use of dual
symbols -0 Cl>
Cl> e>
C l'O "cii-;;; .... ·-Cl-
' l'O Cl)·-(I) .... .... Cl>
~iii o E
Cl)
£
0 -cii .c
a> ·o '5 -~ ~ r3 Liquid and Plastic limits ~ [ GC Clayey gravels, gravel-sand-c o <ll above "A" line with P .I
c'.3 a. clay mixtures ·ro z 1 :§ ~ Cl lii : Cb E £ : 12 i----------~---------1
~ " .g~ I S ~ (I) ~ SW Well-graded sands , gravelly _ iii
E ~ .§ sands, little or no fines ! ~
(I) l'O O '-C
~ Ille e>o
5 ~ ~o -------------~~u
._.
0
-__ N <1> a> Poorly graded sands; co ~ ....: c UE -0~ C Q) co (I) SP gravelly sands, little or no c "' o '-Cl> ~ ma> Cl>._
0 e greater than 7
0 60 (D30)2
Cu= --greater than 6: Cc=-----between 1 and 3
D,o D,o X Doo
Not meeting all gradation requirements for SW
0 '; ~ -fines (I) ~ ~ ~ ....:
c ~ ~ "iijt-----~---11-------------iO o o. N a;t----------r-----------1
ro rogiv o CllG> io..-o
; Cl) 0 ci Cl) c s ·it d d .1 ~ j ~ ~ ~ Liquid and Plastic limits ... -0 z a> ::i I y san s , san -s1 t co c ~ .c ~ o c o SM c a, .,; -:a .... N below "A" line or P :I. less Liquid and plastic limits §. !!:: c i.:: E mixtures a, ~ ~ Cl) a> ..-~ ~ = ro en ~ ~ ,g gJ 5 B than 4 plotting between 4 and 7
G)
> Q) ·c:;;
8
N
ci z
C
l'O
£ ..!!! .... ·o ~
(I) cii
-o E :g U)
·ro .!!! .__
Cl l'O
Cl) "j
C _.
·-l'O LL E
0
!!::
l'O .c
C
l'O
£
~
0 e
c .... ·:!: ~ :g -------------~ ~ c .2 _J :E io 1-------------1 are borderline cases co (1)-gi.:: o"'
"; ~ ·o Cl d d 1 -~ .[ ~ Liquid and Plastic limits requiring use of dual
.... m ~ SC ayey san s, san -cay § -g ~ above "A" line with P .I. symbols ~ Cl) a. mixtures a> a> "' ,._, l ~ ! ~ greater than 7
s
IO
C
U) <I)
>,,e
<I) -
0~
-0 Q) c-m~
u, E
:!:'.:=
u5 -0 ·5
C"
~
ML
CL
Inorganic silts and very fine
sands, rock flour, silty or
clayey fine sands, or clayey
silts with slight plasticity
Inorganic clays of low to
medium plasticity, gravelly
clays, sandy clays, silty clays,
and lean clays
60...----1"-----r--t----.-~..-----t------t-----r---t~-----,r
5Ul-----+---+---+--+---+---t----t--r/-+----1
CH /v
OL Organic silts and organic silty 401--+--+---t---t---+---1t----+7''---t---t----1
clays of low plasticity i //
1-----------------------1.!:
s
IO
C m
Cl) .c >, ....
(1J ...
0~ <I)
-0 Q)
C '-
111 Cl
(,/'J :t:
== E Cl)=
-0 ':':i
CT
d
MH
CH
OH
~30,.---11---1---+---+-~--t--:l'---+---t---t--~
Inorganic silts, micaceous or i _/
diatomaceous fine sandy or £ • '?' OH a, d MH
silty soils, elastic silts •b 2n0!--+---+---+---+--">"7'-+---lf----+---+---t-----l
Inorganic clays of high
plasticity, fat clays
Organic clays of medium to
high plasticity, organic silts
CL /
1:: /
/
: ~ ~ ;SS7 ML a ~d OL
01---.1-._...1/;___.._ _ _._ _ __._ _ __,_ _ _._ _ __._ _ _,_ _ _.
0 10 20 30 40 50 60 70 80 90 100
Pt Peat and other highly organic
soils
Liquid Limit
Plasticity Chart
UNIFIED SOIL CLASSIFICATION SYSTEM PLATEA.2
SOIL OR ROCK TYPES --=-GRAVEL . LEAN CLAY
• • ••.•SANDY
HIGHLY
PLASTIC CLAY
LIMESTONE
SHALE
CONGLOMERATE Shelby
Tube Auger Split
Spoon
TERMS DESCRIBING CONSISTENCY, CONDITION, AND STRUCTURE OF SOIL
Fine Grained Soils (More than 50% Passing No . 200 Sieve)
Descriptive Item Penetrometer Reading, (tsf)
s~ 0 .0~1 .o
Firm 1.0 to 1 .5
Stiff 1.5 to 3.0
Very Stiff 3 .0 to 4 .5
Hard 4 .5+
Coarse Grained Soils (More than 50% Retained on No . 200 Sieve)
Penetration Resistance Descriptive Item
(blows/foot)
Oto 4
4 to 10
10 to 30
30 to 50
Over 50
Soil Structure
Very Loose
Loose
Medium Dense
Dense
Very Dense
Relative Density
Oto 20%
20 to 40%
40to 70%
70 to 90%
90 to 100%
Rock
Core
Contains appreciable deposits of calcium carbonate; generally nodular
Having inclined planes of weakness that are slick and glossy in appearance
Composed of thin layers of varying color or texture
Containing cracks, sometimes filled with fine sand or silt
Cone No
Pen Recovery
Calcareous
Slickensided
Laminated
Fissured
lnterbedded Composed of alternate layers of different soil types , usually in approximately equal proportions
TERMS DESCRIBING PHYSICAL PROPERTIES OF ROCK
Hardness and Degree of Cementation
Very Soft or Plastic
Soft
Moderately Hard
Hard
Very Hard
Poorly Cemented or Friable
Cemented
Degree of Weathering
Unweathered
Slightly Weathered
Weathered
Extremely Weathered
Can be remolded in hand ; corresponds in consistency up to very stiff in soils
Can be scratched with fingernail
Can be scratched easily with knife ; cannot be scratched with fingernail
Difficult to scratch with knife
Cannot be scratched with knife
Easily crumbled
Bound together by chem ically precipitated material; Quartz , calcite , dolomite, siderite ,
and iron oxide are common cementing materials. and iron oxide are common cementing materials.
Rock in its natural state before being exposed to atmospheric agents
Noted predominantly by color change with no disintegrated zones
Complete color change with zones of slightly decomposed rock
Complete color change with consistency, texture, and general appearance approaching soil
KEY TO CLASSIFICATION AND SYMBOLS PLATE A.3
b
C)
i
0
ii'.
C)
0
~ :g
~
C) z
ii:
~
~-----~------.,.-----------------------------CMJ ENGINEERING INC. -
Pro456-08ject No .-06 I Borincg N-01.A Project Pavement Design and Reconstruction
Council District 9 -Grouo 9C -Fort Worth, Texas
Location Water Observations
See Plate A.1 Seep~e at 6' during drilling; water at 6' at completion
Completion I Completion
Depth 1 O.O' Date 11 _25-08
u::
.c a.
Cl)
0
I--
I--
-UI 0 Q) .a c E E
>, cu
Cl) Cl)
\
Surface Elevation Type
B-34, w/ 6" CFA
Stratum Description .
i--ASPHALT, 4 inches thick /:.
\cnNCRETE, 4 inches thick JI
(.) w
0::
*-
0 a
0::
3 .0 28 91
CLAY. dark brown and brown, w/ ironstone nodules,
stiff to very stiff
3 .0 89 62 23 39 26
-5-
--
--~
= _-+
~1v T
CLAY, light brown , w/ abundant limestone
fragments and seams, stiff to very stiff
LIMESTONE, tan , moderately hard
2 .5 25
2 .5 15
4 .5 24 65 20 45 8
100/2.5"
u.l---'--...1J. __ __._ __________________ ___, _ ___, _ __,, __ --1._--1._--1. _ ____1._ _ __._ _ _,__ _ _,_ __ ~
0
8 LOG OF BORING NO . C-1A PLATE A.4 ..... ..._ _____________________________________________ :__ _ __/
I
b
(!)
~
0
ii'.
(!)
0
~ .,
0 is ...
(!)
~ a:
0 m
.-------,-------.-------------------------CMJ ENGINEERING INC. -
Project No . J Boring No. Project Pavement Design and Reconstruction
456--08-06 C-2 Council District 9 -Group 9C -Fort Worth, Texas
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion I Completion
Depth 10_0, Dale 11 _13-08
ii 0 en
GI
£ .C . Q
Q. E E >, a, ~ en en
' ~
I--
~ -
--
--
-5-
--
--
---r1---
-1;;
--,--
-L
~
Surface Elevation Type
B-34, w/ 6" CFA
Stratum Description
-j ·n, \!A§:S~P!c!HA:@lL~T~, ;..3-~5:..:;in;.:;c::::h~e::_s .:.th:;;ic;:;k~----------'-/r
\crwCRETE, 5.5 inches thick /
CLAY , dark brown and brown , wt calcareous
nodules, firm to stiff
CLAY , light brown , w/ limestone fragments , hard
LIMESTONE , tan, w/ clay seams, hard
--------------------------
~ 0
t) w a::
';fl.
0
0 a::
~ cii o .E
• "O u: a,
-GI en a:: . ;:r; C: IL:
..Q GI~ mo..1-
1.25
1.5
1.5
4 .5+
100/1"
93 62 23 39 31
36 84
25
19
u..1----'---..l...L---'---------------------'----'----'-----'-----'--......L.-....L.---'-----'-----'-----j
0
8 LOG OF BORING NO . -IL_ _______________________________________________ __, C-2 PLATE A.5
Project ENGINEERING INC. -Project No. I Boring No. Pavement Design and Reconstruction
456-08-06 C-3 Council District 9 -Grouo 9C -Fort Worth, Texas
CMJ
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11-13-08
Surface Elevation Type
B-34, w/ 6" CFA
it 0 "' 0 Q) 0
C: it .c .0 Q ~ ci N a. E E o.5 0 ~ ~it -o .Q er >, IQ Stratum Description . "O z 0 0 ~:~ Q) en en ~i . ~ Q) -C "#. "#. .,.;;,: ~ o',fl. :SC c:-::::i &i:: l! en C 0 u ~~ C: a. "O -ti ~~ ~~ .: )( ii .!1 (.) C ~c~ "'> II) Q) 8E§ 0 f,l.92 c-E n1 E -c _,,, w .Q Q) ~ nl "O oo C.o coo a:: a:: !DO.I-a. en :J :.:J a: .:::i 0::.E ~(.) ::::, ..J ::::, (.) a.
I "\. ASPHALI, 2 .5 inches thick ,r
~ -~ CONCRETE, 1 foot 3 inches thick ,r ~ 9,AY, dark brown and brown, w/ ironstone nodules, 4 .0 89 69 23 46 26 97 '--, very stiff ,r 4 .5+ 16 ~ -SILTY CLAY, light brown , w/ calcareous nodules , 4 .5+ 16 limestone fragments, and weathered limestone ~5-
~ -seams, hard
'--
4 .5+ 13 '--
'--4.5+ 68 36 15 21 12 ~10---------------------------~
z
a:
0 a,
u.
0
Cl LOG OF BORING NO . C-3 1 PLATE A.6 0 -'
l:i
Cl
i
0
~
Cl
0
~
~
" Cl z
ii:
~-:----:-,------.-,=:--,--...,...,....---r=----,--------------------------CMJ ENGINEERING INC -
Pro!~ ~-06 I BoringcNo-4. Project Pavement Design and Reconstruction
....v-uu Council District 9 -Grouo 9C -Fort Worth, Texas
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion
Depth 10.0'
'
Completion
Date 11 _13-08
Surface Elevation Type
u::
sf a a,
-0
-"' 0 a, .c Q E E
>, cu
(/J (/J
\
B-34, w/ 6" CFA
Stratum Description
',\A§SP~HA~L~T~,=3~in~ch;:,:.:e=,s.::th.:::ick~-,----------__,,r
I\ r.nNCR!=:JE, 1 O inches thick -/"
CLAY, dark brown and brown, w/ calcareous
nodules, very stiff
SILTY SHALY CLAY , light brown , w/ calcareous
nodules, limestone fragments, and weathered
limestone seams, very stiff to hard
-wt gray, 9' to 1 O' -----------------
~
0 w a::
~
0
0 a::
3.5
3.0
3.5
4.5+
4.5+
4 .0
95 68 25 43 28 90 .
26 94
25
19
95 49 19 30 16 103
22
g u.1---..1__.,LL __ _J_ __________________ __. _ __._ _ __._ __ __,_ _ __,__-.L_-.L _ __._ _ _._ _ __._ __ -;
0 g LOG OF BORING NO . C-4 PLATE A.7
Project No. I Boring No. Project ENGINEERING INC. -Pavement Design and Reconstruction
456-08--06 C-5 Council District 9 -Grouo 9C -Fort Worth. Texas
CMJ
Locatio n W ate r Observations
See PlateA1 Dry during drilling ; dry at completion
Completion I Completio n
Depth 10.0' Date 11-13-08
S urface Elevation Type
8-53, w/ 6" CFA
it 0 U) 0 Cl) 0
C: u:: s= .o c ... cii N
D. E E 0 .E 0 ~ ~ii -c,0 ->, cu . Stratum Description . -0 z 0 GI <ii er ID (/J (/J -cu c,-;ft ~ ID . -~ :j C (I)~ 0 :,!:! :,!:! !!: G) C: -;ft o'#. 0 :i "E ~!!(I) 0 0 3 0:: u: --oi ~:t:! -Cl) ~~ C C. -0 ii :t:l ;:;x u 0 "'> "'Cl) .,,-8E§ 0 o c: en gi .9! CY E cu E --C: C: U) w -41) • ra -o oo ::i :l coo 0:: 0:: ma.1-a. (/J :::::i:::::i a: :::::i a: .E ~o ::ioa.
~' -r-ASPHALT, 4.5 inch es th ick y -~ -1\ • ''", 6 inches th ick over gravelly base 3.5 96 69 26 43 31 --Q,,AY , dark brown and brown , w/ calcareous 4 .0 24 98 --nodules , ve ry stiff 3 .75 24 L--
1--5 -3.5 24
I--
CLAY, light brown and gray, w/ calca reous nod ules,
~ -very st iff to hard 3.25 93 51 17 34 19 ~ -
L--
1--1 0--~------------------------4.5+ 22
~ ~ ...
0
~
:il
<.)
~
(!)
cj
~ q
5! ...
11
ii:
0
ID
u.
0
(!) ' LOG OF BORING NO . C-5 PLATE A.8 0
..J
Project No. Project Pavement Design and Reconstruction
456-08-06
I Boring No.
C-6 Council District 9 -Group 9C -Fort Worth, Texas
Location Water Observations
SeePlateA1 i Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11-13-08
Surface Elevation Type
B-53, w/ 6" CFA
ii:'. 0 UI a>
.s::.· .c ~ a E >, Ill Stratum Description a> en en 0
~----._ ASPHA!.I, 5 inches thick ,--=I ""\ • 11::, 5 inches thick i -SANDY CLAY, light brown, wt ironstone nodules, -gravel and calcareous nodules, very stiff to hard
-~ CLAY, light reddish brown, wt calcareous nodules, -5-stiff to very stiff - -
--
- -
- -
-10---------------------------
~
ii:
0
ID
u.
0 g LOG OF BORING NO. C-6
... ci
0£
• "'O -m
~ ~ ~~. 0 0
Cl 3: C: ~ (.)
0 w .Q G)~
0:: a:: CDQ.1-
4 .5+
4 ,0
3 .5
2.5
3.0
4.0
0
0
N
0 z 0
Cl~ '#-0~ C: ·-tD "'O • ~!'!:!-"'> :j :!: :.~ c-E mE
a. Cl) ::J ::i a: ::i
29 31 13
CMJ ENGINEERING INC -
C: ii:'.
'#-;: u'. "'O O . a> "iii C"
~ ~~ ,E :3 ~ i:=':::i 0 OQ C: ... "'O ~x 1n .s 8 Q. C: "' a> ;!:! c,; E => -C: m-o Oo C: .0 C: 0 0 a: .E :Eu ::::>....1 ::::ioa.
18 8
6
13
21
13
26
PLATE A.9
~
C)
0
~
~ ....
0 z a:
0
<D
u.
0
0
0
...J
Project No .. I Boring No. Project Pavement Design and Reconstruction
456-08-06 C-7 Council District 9 -Grouo 9C -Fort Worth, Texas
Location Water Observations
See Plate A. 1 Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11 _13-08
Surface Elevation Type
B-53, w/ 6" CFA
LL 0 "' 0 Cl) 0 s::.-..c c ~ cii N
a. E E o .5 0 >, .., Stratum Description • "O z Cl) Cl) Cl) it .., Cl)~ C '#. ~ -Cl) C: ~ 0~ 0 ~ a:: u.: -G) ~:!:i' ~:ti 0 C "'> w 0 0 C: r.,j :~ .2" .§ .., E _Cl). \ 0::: 0::: ma..1-a. Cl) ... L . .J C:::::i
'-),~··3:-'"""'ASPHALT, 5 inches thick ~ r\ . ·~. 7 inches thick 3 .75 94 23 66 '--~. dark b rown and brown , w/ calcareous 3.75 '--nodules, very stiff to hard 4 .25 .... -
4.5+ '-5
I
SILTY SHALY CLAY , light brown, w/ ca lcareous '--nodules, hard
'---w/ gravel, 5' to 7 .5' 4 .5+ '--.... -
4 .5+ 89 44 18 '-10-~------------------------
',
LOG OF BORING NO . C-7
CMJ ENGINEERING INC -
c: LL
~ ~u'. -co .
0 Cl) iii O"
~ Cl) -i::',; CU,~
0 ;5 C -.= e (I) C!2 C: a. "O :.:; )( -Cl) u, CD (II -8E§ -C: ~en .., "O oo C: ..c C: 0 0 C: ..5 ~() :::l...J :::ioa..
43 29 93
26 95
26
22
29 J
26 30
PLATE A.10 ·
I
l-o
C!)
:1
0
ii'.
C!)
0
~
'i'
18 ..,
C!) z
ii:
0
.--------,-------.----------------------------CMJ ENGINEERING INC. -
Proj ect No . I Boring No. Project Pavement Design and Reconstruction
456-08-06 C-88 Council District 9 -Group 9C -Fort Worth, Texas
Location Water Observations
See Plate A. 1 Dry during drilling; dry at completion
Completion I Completion
Depth 10.0, Date 12-4-03
,_ -
,_ -
,_ -
~5 -
0 gi
.c c E E >-as rn rn
'
Surface Elevation Type
8-53, w/ 6" CFA
Stratum Description
l-\,'-A=;1S~PHA=¥1~L==T:!,,' 4~in:=c:;:he:.:s:...:t;;.:hi;:ck.;..-_______ ___/_,;;. I\ GRAVE!,,, 6;5 inches thick 1
CLAY, dark brown and brown, w/ calcareous
nodules, stiff to very stiff
SILTY CLAY , light brown , w/ calcareous nodules
and gravel, hard
~------------------------
'#-
0 w
0:::
'#-
0
0
0:::
~ o o .5
. "O
-as !:!: ti)
"'0::: u: 3: C .
_Q ti) Cl?
al a. I-
4 .25
3 .0
2.5
3 .0
4 .5+
4 .5+
23 98
87 64 21 43 25
26
25
16
84 47 18 29 17
~I-_J__-1..L __ _1_ __________________ --1.._--1.. _ _1_ __ _L _ _L _ _i_ _ _i_ _ __._ _ __._ _ _._ __ -j
0 g LOG OF BORING NO. C-88 PLATE A.11
ENGINEERING INC. -Project No . I Boring No . Project Pavement Design and Reconstruction
~ C-9 Council District 9 -Group 9C -Fort Worth, Texas
CMJ
Location Water Observations
See Plate A. 1 1Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11 _13-08
Surface Elevation Type
B-53, w/ 6" CFA
it 0 II) 0 Ill 0 cit .c i Q
O .~
N
0. E 0 ~ ~ii: 'O .Q ci->, ca Stratum Description • -0 z 0 ~ :1 ~ G> en en -ca Cl*' ~ a, -~::i 0 ';F. ~ ~£u: *' o'# ·o :5 C "" I!! ., 0 .E oi OQ CC. -0 'O ~:!:! ~x -G> () 0 ,: C . =i > :;~· ,,, _
8E§ ., a, ·- C ~. w 0 ..Q cl)~ ca .9! a-E ca E ca,:, Oo C: .0 C: 0 O \ n:: n:: mo.1-a. en :::::i:::::i ii: :::::i ii: .5 ::l!: () ::::>....1 :::) () a.
(;.,-;,;.-, .. i----Met:IALI, 4 inches thick j ,-~ CONCRETE , 6 inches thick 2.75 91 57 21 36 25 ~ -CLAY, dark brown and ol ive brown, w/ calcareous 3 .0 23 100 ~ nodules , stiff r 2 .75 20 ,--CLAY, light brown, w/ calcareous nodules, stiff 2 .5 23 ,-5--w/ brown , 3' to 6'
i ;,
---w/ sand lenses, hard below 6' ,--
4 .5+ 96 52 22 30 19 106 ----~ 4.5+ 22 ~10----~------------------------
I ,_
12 ~ ...
0
(.!)
:1 u
~
(.!)
0
~ :g
rs .. l ...
(.!) z
a'
0 m
LL
0
PLATE A.12 (.!) LOG OF BORING NO . C-9 0 ..I
....--------,-------....---------------------------CMJ ENGINEERINGINC. -
Project No. I Boring No. Project Pavement Design and Reconstruction
456-08-06 C-10 Council District 9 -Group 9C -Fort Worth, Texas
Location Water Observations
See Plate A. 1 Dry during drilling; dry at completion
Completion
Depth 10.0'
'
Completion
Date 11-13-08
Surface Elevation Type
.... -
.... -
.... -
....
-5---------
>-10-
..,
a.
Cl
(,)
~
~
" Cl z
ii:
B-34, w/ 611 CFA
Stratum Description
-b_ ~PHALT, 5 inches thick ,.:.
\GA.&\n:1 , 3 inches thick -1
Q,AY, dark brown and brown, w/ calcareous
nodules, stiff
SILTY CLAY , light reddish brown, w/ ironstone
nodules, calcareous nodules, limestone fragments ,
and limestone seams, hard
-~------------------------
... cii o.!:
. "C
::R 'cf!. it"' j~u: 0
u 0 w 0 occn -CD . ~ ~ ID 0..1-
2 .25
2 .5
2.75
4 .5+
4.5+
100/3"
0
0
N
0 z 0
Cl~ 'cf!. 0~ C -Iii :E :t£ "'> ~±!
6-E :~ .,, E
a.. f/) ::J ::J ii: ::J
93 63 21
46 46 17
Cit
'cf!. ~ii "O O .
G) uj CT
l'1 C f/1 f/)
~'i ~:::j 'E !~ 0 -CD OQ ;: )( ,,,_ 8 c.c "'Cl) -C ~ en E ::i ff:~ Oo C .0 coo ::i:U ::::>-' ::::>ua..
42 28
29 90
26
29 16
16
lil 1LI---..L.-.l..l. __ _L __________________ ___,_ _ ___,__---'------'-----'-----'---'---'--__.__ _ _,_ __ -j
0 g LOG OF BORING NO. C-10 PLATE A.13
-,
Q.
(!)
u
l'l
a, q
is ..,
-
ID
u.
0
(!)
0
..J
I BorinC~i 1
Project Project No. Pavement Design and Reconstruction
~6 Council District 9 -Grouo 9C -Fort Worth, Texas
Location Water Observations
SeePlateA1 i Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11 _1 3-08
Surface Elevation Type
B-34, w/ 6" CFA
it 0 Cl) 0 G> 0 L .a c ... ci N a. [ E 0£ 0 m Stratum Description • "tJ z G> en en -as C>~ a ~ ~ u. G) ~ 0~ cil 0:: . C .;;t :2...; ~:t:!-0 0 ~ cu, :,-
\ w 0 .Q G> Cl? ::l .!! .2".s mE
0:: 0:: COO.I-o. en _J...J a: :::i ---ASPHA!,,T, 6 inches thick -? -=~ ~ "'0 ••1e1 6 inches thick 2 .25 98 68 22 -CLAY. dark brown and brown , w/ calcareous 2 .25 -nodules, stiff 2 .0 '-WY; SILTY SHA.!,,Y C!,,AY, brown and gray, w/ 3 .25 ~5
-~
calcareous nodules, very stiff
~
~ w~ 3 .5 84 47 17 ~ ~ L--
3 .5 '---1C ~ -~------------------------
LOG OF BORING NO . C-11
CMJ ENGINEERING INC. -
C: it
~ :: it "tJ O .
G> ui C"
~ e--~::i c: "'en
I;: ~ en
~x :, C ~~ .;!! C: Q. "tJ
Cl) G> -C: 8E§ Cll"C Oo C: .a C: 0 0 a: .!:: :i:o :::>..J ::ioo.
46 38 81
34 82
32
19
30 20 101
19
PLATE A.14
Project No. I Boring No. Project ENGINEERING INC -Pavement Design and Reconstruction
456-08-06 C-12 Council District 9 -Grouo 9C -Fort Worth, Texas
CMJ
Location Water Observations '
SeePlateA1 Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11 _13-00
Surface Elevation Type
8-34, w/ 6" Cf A
u:: 0 "' 0 Gl 0 Cit .£ .0 c ~ cii N
D. [ E o.5 0 ~ ~u: -o.2 &
Gl en "' Stratum Description . -0 z 0 ~
0 ~~~ 0 en -"' c,;i>: ~ o'cF-Gl -i::':; ~ ::,\! I!: Gl 5C I;: Gl "' 0 .E oi 0 0 OQ c~-o 0 .. a: u.: ~;t! 0 ii -~ :::x -;;B o o.c 0 ,: C • "'> "' G) o E :::o "' Gl ·-C =:.,;
\ w 0 ..2 CD~ "'·-.2'.5 "'E "'-0 Oo C.s::, coo a: a: ma.1--a.en -1-l a: ::i ii:.= ::Eo :, _, :::>UQ.
~--i-. ASPHALT, 5 inches thick 1 .... ~ \ , .. , 4 inches thick 1 .0 36 82 .... -CLAY, dark brown, brown , and gray, w/ calcareous 1.75 94 64 19 45 36 I--nodules, firm to stiff 1.5 24 I-~ SIL TY CLAY, light brown , w/ calcareous nodules, 4 .5+ 85 29 13 16 16 '-5
-~
:\ hard r
I-SHALY CLAY, light reddish brown , w/ calcareous
I-nodules, very stiff to hard ~ 3 .75 22
I--Wia .... , 4 .5+ 90 57 20 37 23 ~10--------------------------
0 z
a:
0
Ill
u.. I
0
C-12 0 LOG OF BORING NO . PLATE A.15 0
..J
I
5
(!)
i
0
~
(!)
0 :;:
co
9
fl! ...
(!) z a:
0
ID
u.
0
(!)
0
...I
Project No. I Boring No . Project Pavement Design and Reconstruction
456-08-06 C-13 Council District 9 -Grouo 9C -Fort Worth, Texas
Location Water Observations
SeePlateA1 '. Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11 _13-08
Surface Elevation Type
B-34, w/ 6" CFA
ii 0 "' 0 Cl> 0 £ .c c ._cii N
Q. E E o .S 0 6i Ill Stratum Description .'t:J z 0 GI f./) -as 0 ~ .fl !:!:: GI OI~ ?ft. 0~ C 0 ; ll:'. u.: ·-ai 't:J . ~~ (.) 0 Ill> s~
0 o cu; g:~ o-E "'E w -t) . \ ll:'. ll:'. CDQ.1-Q. f./) ::i~ a: ::i -~;e~ ,.... ASPHALT , 5 inches thick r L...
CONCRETE, 1 foot 6 inches thick -~ CLAY, dark brown and brown, w/ calcareous 3.0 78 60 22 -
-~ """ nodules , stiff to very stiff / 4 .5+ L... CLAY , light brown and light reddish brown, w/ 2.5 ---5-calcareous nodules, stiff to very stiff
~ --hard , 3' to 4'
~ -
2.25 96 53 19 L... -
L... -3 .5 ---10-·~------------------------
LOG OF BORING NO . C-13
CMJ ENGINEERING INC. -
cU:
.fl ~ii ,:,0 .
Cl) "iii CT t ~~ ~ :g~ ~:j
C: ... 't:J ~ )( -GI OQ 8 a.c Ill Cl) 111-~(ft E :, -c it~ Oo C: .c C: 0 0 :Eu :::, ..J :::)(.)Q.
38 15 114
14 i -19
34 25
17
PLATE A.16
-, a.
Cl
(.)
~ q
~ ...
Cl z
ii:
0
~--,-----,-,,..----:-:----r-=---------------------------CMJ ENGINEERING INC. -
Project No. I Boring No. Project Pavement Design and Reconstruction
456-08-06 C-14 Council District 9-Grouo 9C-Fort Worth, Texas
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion I Completion
Depth 10_0, Date 11 _13-08
L..
u:
s::.·
C.
GI
0
~s-
L.. -
L.. -
1....10-
-"' 0 GI
.rJ a
[ E
Cl) as Cl)
\
Surface Elevation Type
B-34, w/ 6" CFA
Stratum Description
ASPHALT, 9 inches thick
9.A:(, dark brown and brown, w/ calcareous
nodules , stiff
Q.AY, light reddish brown, w/ calcareous nodules,
stiff to very stiff
·~-----------------------
() w a::
2 .0
2.25
2 .5
3.0
3.5
3.25
0
~
0 z 0 c,;;,:
·~ t :a~ a. Cl)
28 91
89 70 23 47 29 95
30
27
18
93 60 19 41 22
~1-_..1._ _ _u __ _l_ __________________ __J _ ___J _ __J_ __ _J_ _ _J__--1._--1. _ __,_ _ __,_ _ __,_ __ -j
0 g LOG OF BORING Nb. C-14 PLATE A.17
.----------,-=-----:--c---._r=---:--:------------------------CMJ ENGINEERING INC. -
Project No. I Bori ng No . Project Pavement Design and Reconstruction
I
b
(!)
i
0
2
(!)
cj
co
~ q
i& ...
(!) z
ii: g
456-08-06 C-15 Council District 9 -Group 9C -Fort Worth, Texas
Location Water Observations
See PlateA1 Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11-13-08
it
.c a.
G)
0
=i =-5--=~ --
.-10-
'
Surface Elevation Type
B-34, w/ 6" CFA
Stratum Description
, ASPHALT. 2.5 inches thick 1
\coNt-r I c, 5 inches thick
SILTY CLAY, light reddish brown, brown , and tan,
wt ironstone nodules and calcareous nodules , stiff
CLAY, light reddish brown and reddish brown , wt
calcareous nodules and ironstone nodules, very
stiff to hard
~------------------------
';ft.
0 w
0:::
0
0
0:::
o.~
• "'O
-a, !:!:: G)
U) 0::: u: 3: C: •
..Q CD~ mc..1-
2 .5
2 .75
4 .5+
3 .75
4 .5+
4.5+
97 47
94 65
18 110
16 31 23
18
23 42 25
24
24
u.t---'----'--'----'----------------------'----'-----'-----'-----'---'----'----L----L----L-__ -i 0 g LOG OF BORING NO . C-15 'PLATE A.18
l -
' ' ,_
..-------...,..-,,--------r--------------------------CMJ ENGINEERlNG!NC. -
Project No . I Boring No . Project Pavement Design and Reconstruction
b
C)
i
0
;;:
C)
0
~ q
is ...
C) z
a:
0
456-08-06 C-16 Council District 9 -Grouo 9C -Fort Worth, Texas
Location Water Observations
See Plate A 1 Dry during drilling; dry at completion
Completion I Completion
Depth 10.0' Date 11-12-08
:,:
L--
'--
'--
~ -
~s-
'--
'--
'--
~ -
Surface Elevation Type
CME-55, w/ 6" CFA
Stratum Description
, .&~P°MALT, 2 inches thick
\coNCgi=TE, 5 inches thick
CLAY. light reddish brown and light brown , w/
calcareous nodules, stiff to very stiff
-reddish brown , w/ ironstone nodules, 4 ' to 1 O'
lj
~10-~-----------------------
... C) o .5
• ""Cl
-RI ::§?. '#. !!: Gl 0 "'0:: u.: () 0 31: C . 0 w ..QI>~
0:: 0:: ma.1-
3.5
3.25
2.5
3.5
4 .0
3.75
0
0
<'I
0 z
en'#. ~ C o'#. 0t ~--;;~ ::::,·-
~.9.l c-E as E
a. en ::i ::i a: ::i
89 52 19
cu:'.
'#. ~u: al~ C" z, Gl -2':; C rn en ·o :i 1: o;:: ~ <il
:;:: )( -Gl OQ C Q. ""Cl
II) Gl u,-~ u; 8E§ ·-C RI ""Cl Oo C_c coo C::E ~() ::>-' ::> () a.
20 103
33 20
20
24
26
27
~L-.1__.u_ __ .1_ _________________ --1. _ ___i__-1... __ -'----L--.1...--'-~---'---L---,
0 g LOG OF BORING NO. C-16 PLATE A.19
;
b
Cl
;j
(.)
~
Cl
(.)
! ...
Cl z
ii:
0 m
r::c--:----c-:-:------r.::---:----:--:----r=----:----:---------------:--=-------------CMJ ENGINEERING INC. -
Project No . I Boring No . Project Pavement Design and Reconstruction
45tH>S-06 C-17 Council District 9 -Group 9C -Fort Worth, Texas
Location Water Observations
See Plate A.1 Dry during drilling; dry at completion
Completion
Depth 10.0' I Completion
Date 11-12-08
Surface Elevation Type
'
=1··· --
-5-tt~,-r,
.-10--
B-34, w/ 6" CFA
Stratum Description
= ASPHALT, 3 inches thick /r
\ :,c, 5 inches thick -;
.SILTY CLAY/ CALCAREOUS CLAY, light brown
and brown, w/ calcareous nodules and gravel, very
stiff to hard
CLAY, light reddish brown, w/ calcareous nodules
and ironstone nodules , hard
-~------------------------
O.~
• "C -11>
"cf. ~ I!: Cl) 0 ;o::u.: 0 C w 0 .Q ~0 ex: 0:: ID 0..1-
4.5+
4 .0
4.5+
4 .5+
4 .5+
4 .5+
4 .5+
8
N
0 z 0
C)~ '#.
.Eo;:g...: = > :,·-nd! crE a..(/) ::i ::i
87 43 15 26
"cf.
~..:
:::, C:
-Cl) ..,-
·-C: Oo
:::i!o
7
10
12
12
13
86 68 22 46 18
15
C: it ~u: -c .2 er
~::i ~:~
q:: e "' CQ C: a. "C 8E§ ~.;
C: .Q C: 0 0 :::> ..J ::, 0 a..
115
115
u.1---~-~--~------------------~-~-~--~-~-~-~-~-~-~----1 0 g LOG OF BORING NO. C-17 PLATE A.20
L-
:
...l
TORVANE SHEAR rfEST RESULTS
Project: Pavement Design and Reconstruction
Council District 9 -Group 9C -Fort Worth, Texas
Project No .: 456-08-06C
Boring Depth Torvane Shear
Result No. (ft.) (tsf)
C-1A 3-4 7.5
4-5 2.5
C-2 9"-2 6 .5
3-4 6.5
C-6 4-5 7.0
C-9 10"-2 9.0+
3-4 9 .0+
4-5 9.0+
C-10 8"-2 9.0+
3-4 9 .0+
C-11 1-2 9.0+
2-3 9.0+
3-4 9.0+
C-1~ 2-3 5.5
3-4 9.0+
C-13 4-5 9.0+
7-8 9.0+
C-14 2-3 8.5
3-4 9.0+
C-15 2-3 9.0+
C-16 3-4 9.0+
CMJ ENGINEERING, INC. PLATE A.21
....
(/l ...,
(/l
(/l
V
'-...,
(/)
'-
0
V .c
(/)
(/l
(/l
(/l
Q)
'-.....
(/)
'-
0 .....
0
>
Q)
0
1. 20
0 .80
0.40
0
2 .40
2.00
1. 60
1. 20
0.80
0 .40
0
RESULTS
C, tsf 0.69 ., . deg 0
TAN p 0
0 0.40
0 5 10 15
Axial Strain. %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Clay, brown
LL= PL= PI=
SPECIFIC GRAVITY= 2 .65
REMARKS :
FIG . NO .
0 .80 1 .20 1. 60
No rmo I Stress, ~sf
SAMPLE NO.
WATER CONTENT, %
;;_ DRY DENSITY, pc f
H SATURATION , %
~ VOID RATIO
~ DIAMETER, 1 n
HEIGHT, in
WATER CONTENT, %
t; DRY DENSITY, pc f
w SATURATION, %
t-VOID RATIO
~ DIAMETER. i n
HEIGHT, in
Strain rote, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE , tsf
03 FAILURE, tsf
CLIENT: CMJ
PROJECT:
27 .5
91 .2
89.6
0.813
2.80
4 .00
28.4
91 .2
92.6
0.813
2.80
4.00
3 .24
3 .60
1 .38
1 . 38
1 . 74
0.36
2 .00
SAMPLE LOCATION : C-1A@ 8"-2.0'
PROJ . NO .: 456-08-06 DATE : 12/15/08
TRIAXIAL SHEAR TEST REPORT
2 .40
PLATE A.22
;
L
·-
' ;_
...
0.60
RESULTS
c. tsf 0.37
,ti. deg 0
.... TAN p
(/) . '. ~ .... 0.40 . .....
(/)
(/)
V ·i .
\... ....
(/}
\...
0 0.20 V
.c
(/)
0
0 0 .20 0 .40 0.60 0.80 1 .00 1 . 20
Normal Stress, tsf
0 .90 ::·----::
....
(/) .....
(/)
(/)
V
\... .....
(/)
0 .75
0 .60
0 .45
~ 0 .30 .....
0
>
V
0 0.15
0
1 :
0 5 10 15
Axial Strain , %
TYPE OF TEST :
Unconsolidated undrained
SAMPLE TYPE: Und i sturbed
DESCRIPTION: Clay, brown
LL= PL== PI=
SPECIFIC GRAVITY= 2 .65
REMARKS:
FIG. NO .
20
SAMPLE NO .
WATER CONTENT , % 36.2
..J DRY DENSITY, pcf 83.7 <(
H SATURATION , % 98.2
I-VOID RATIO 0.977 H z DIAMETER, ,n 2 .78 H
HEIGHT , in 4 .00
WATER CONTENT, 7. 36.6
t-DRY DENSITY, pcf 83.7 U}
w SATURATION, % 99 .2
I-VOID RATIO 0.977
I-DIAMETER. in 2.78 <(
HEIGHT, in 4.00
Strain rate, %/min
BACK PRESSURE, tsf 3 .24
CELL PRESSURE, tsf 3 .60
FAILURE STRESS, tsf 0 .73
PORE PRESSURE. tsf
ULTIMATE STRESS, tsf 0.72
PORE PRESSURE, tsf
01 FAILURE, tsf 1 .09
03 FAILURE, tsf 0.36
CLIENT: CMJ
PROJECT:
SAMPLE LOCATION: C-2@ 2 .0'-3.0'
PROJ . NO.: 456-08-06 DATE: 12/11 /08
TRIAXIAL SHEAR TEST REPORT
PLATE A.23
4 .50
RESULTS
C, tsf 3 . 23
.....
(/) .., 3 .00
(/)
(/)
V
I.. ..,
C/1
I..
a 1 .50 V .c
U)
0
0 1 .50
9 . Ou-
7 .50
(/) 6 .00 ...,
(/)
(/)
QJ 4 .50
I.. ...,
C/1
I..
0 3 .00
. ...,
0
>
QJ 1 . 50 0
0
0 5 10 15
Ax ial Strain , %
TYPE OF TEST :
Unconsolidated undrained
SAMPLE TYPE: Remold
DESCRIPTION : Clay, brown
w/ 7% L i me
LL= PL= PI=
SPECIFIC GRAVITY= 2 .65
REMAR KS :
FIG . NO .
3 .00 4 .50 6.00
Normal Stress , tsf
SAMPLE NO .
WATER CONTENT , %
~ DRY DENSITY, pcf
H SATURATION , %
I::; VOID RATIO A DIAMETER , i n
HEIGHT , in
WATER CONTENT, 7. tn DRY DENSITY, pcf
w SATURATION. %
I-VOID RA TIO
';;: DIAMETER, 1 n
HEIGHT , in
Stra i n rate , %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS , tsf
PORE PRESSURE, tsf
20 UL TD.AA TE STRESS . ts f
PORE PRESSURE, tsf
01 FAILURE, tsf
03 FAILURE, tsf
CLIENT : CMJ
PROJECT:
21 .0
86 .6
6 1 . 0
0 .910
1 .40
3 .00
22 .9
86 .6
66 .6
0 .910
1 .40
3 .00
1 .44
1 .80
6 .45
2 .88
6 .81
0 .36
7 .50
SAMPLE LOCATION : C-2 @ 2 .0'-3.0'
PROJ . NO .: 456-08-06 DATE : 1-2-09
9 00
TRIAXIA L SHEAR TEST REP ORT
PLATEA.24
·-
; .....
.....
(/)
+-'
(/)
(/)
Cl)
I..
+-'
(/)
I..
0
Cl)
.c
(/)
(/)
(/J
(/J
Q)
\...
+-'
(/)
I..
0
+-'
0
>
Q)
0
1 . 20
0 .80
0.40
0
1 . 20
0 .20
0
RESULTS
C, tsf 0 .49
~. deg 0
TAN 0
0 0 .40
0 5 10 15
Axial Strain , %
TYPE OF TEST :
Unconsolidated undrained
SAMPLE TYPE : Undisturbed
DESCRIPTION : Clay, brown
LL= PL= PI=
SPECIFIC GRAVITY= 2 .65
REMARKS :
FIG . NO .
0 .80 1. 20 1. 60
Normal ftress, tsf
SAMPLt:: NO .
WATER CONTENT , %
-;;_ DRY DENSITY, pc f
H SATURATION, %
~ VOID RATIO
~ DIAMETER , 1 n
HEIGHT, in
WATER CONTENT, % tfi DRY DENSITY, pc f
w SATURATION , %
1-VOID RATIO
~ DIAMETER , i n
HEIGHT, in
Strain rote , %/min
BACK PRESSURE, tsf
CELL PRESSURE. tsf
FAILURE STRESS, tsf
PORE PRESSURE , tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE, tsf
03 FAILURE , tsf
CLIENT: CMJ
PROJECT:
26 . 1
96.6
97 . 1
0.712
2.75
4.00
26.8
96.6
99.6
0.712
2.75
4.00
3 .24
3.60
0.97
0 .97
1 .33
0.36
2 .00
SAMPLE LOCATION : C-3@ 2 .0'-3.0'
PROJ. NO .: 456-08-06 DATE: 12/11/08
TRIAXIAL SHEAR TEST REPORT
2.40
PLATE A.25
....
(/)
+J
(/)
(/)
Cl)
\..
+J
{/)
\..
0
Cl)
.r:
{/)
-(/l
+'
(/l
(/l
Cl)
\..
+'
{/)
\..
0
+'
0
>
Q)
0
4 .50
3 .00
1 . 50
0
0
9 .00
7 .50
6.00
4.50
3 .00
RESULTS
~. tsf 3.43
,t,'' deg 0
0
1 .50
: './
·!· ...
l
I.
. 1 . 50 r
0
0 5 10 15
Axial Strain, %
TYPE OF TEST:
Unconsolidated undrained
3 .00 4.50 6.00
Normal Stress, tsf
SAMPLE NO.
WATER CONTENT,%
~ DRY DENSITY, pcf
H SATURATION , %
~ VOID RATIO
~ DIAMETER, in
HEIGHT, in
WATER CONTENT ,% in DRY DENSITY, pc f
w SATURATION, %
t-VOID RATIO
~ DIAIAETER, 1 n
HEIGHT, in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE, tsf
03 FAILURE, tsf
22 .0
86 .5
64.0
0 .912
1 . 40
3.00
22 .7
86 .5
65 .9
0 .912
1. 40
3 .00
1 .44
1 .80
6.86
3 .06
7 .22
0.36
7 .50 9 .00
SAMPLE TYPE : Remold CLIENT : CMJ
DESCRIPTION: Cloy, brown
w/ 7% Lime
LL= PL= PI=
SPECIFIC GRAVITY= 2.65
REM ARKS :
FIG . NO .
PROJECT :
SAMPLE LOCATION: C-3@ 2 .0 '-3 .0'
PROJ . NO . 456-08-06 DATE: 1/2/09
TRIAXIAL SHEAR TEST REPORT
PLATE A.26
1-.
L
L
....
Cl) ....
(/)
Cl)
ill ... ....
U)
...
0
ill
.c
Ul
....
Cl) ....
Cl)
Cl)
Q) ... ....
V)
...
0 ....
0
>
ill
0
1. 20
0 .80
0 .40
0
2 .40
2 .00
1 . 60
1. 20
0 .80
0 .40
0
RESULTS
c. tsf
TAN
0
r
0 5
Axi al
TYPE OF TEST:
0.97
0.40
10
Strain,
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Clay, brown
15
LL= PL= PI=
SPECIFIC GRAVITY= 2.65
REMARKS :
Fiq . NO .
%
0 .80 1. 20 1 . 60
Norma I St ·ess, tsf
SAMPLE NO .
WATER CONTENT ,%
-;j_ DRY DENSITY , pc f
H SATURATION , %
~ VOID RATIO
~ DIAMETER , i n
HEIGHT, in
WATER CONTENT,%
~ DRY DENSITY, pc f
w SATURATION. %
I-VOID RA TIO
~ DIAMETER , i n
HEIGHT , in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS , tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
0"1 FAILURE, tsf
03 FAILURE, tsf
CLIENT: CMJ
PROJECT:
26 .3
94.3
92.5
0.755
2 .75
4 .00
27.6
94 .3
96 .7
0.755
2 .75
4.00
3 .24
3 .60
1 . 94
1 .94
2 .30
0.36
2.00
SAMPLE LOCATION: C-4@ 2.0 '-3 .0'
PROJ . NO.: 456-08-06 DATE: 12/15/08
TRIAXIAL SHEAR TEST REPORT
..
2 .40
PLATE A.27
....
(/)
+'
(/)
(/)
4)
'-
+'
(/)
'-
0
4)
.c
(/)
....
(I) ....
(/)
f/l
Q)
'-....
(/)
I..
0
+'
0
>
Q)
0
1 .50
1 .00
0.50
0
0
6 .00
5 .00
4 .00
3 .00
2 .00
RESULTS
C, tsf
:::: .. ~: ... ... ' .. ... . . . ' : ' ...
: : : ...
0.50
1 .00 /
0
0 5 10
Axi al Strain,
TYPE OF TEST :
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Clay, brown
15
LL= PL= PI=
SPECIFIC GRAVITY= 2.65
REMARKS :
FIG . NO .
%
1 .00 1 . 50 2.00
Normol Stress, tsf
SAMPLE NO.
WATER CONTENT,%
;t_ DRY DENSITY , pc f
H SATURATION , %
~ VOID RATIO z
H DIAMETER,
HEIGHT, in
in
WATER CONTENT, 7.
~ DRY DENSITY, pc f
w SATURATION, %
t-VOID RA TIO
~ DIAMETER , i n
HEIGHT , in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE, tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE , tsf
0 1 FAILURE ,. tsf
<;3 FAILURE -;-:-fsf_.
CLIENT : CMJ' ·
PROJECT :
24.2
97.6
92.5
0.695
2.78
3.70
25.8
97.6
98 .5
0.695
2.78
3 .70
3 .24
3.60
2 . 15
2 . 15
2 .51
0.36
2.50
SAMPLE LOCATION : C-5@ 2 .0'-3.0'
3 .00
PROJ . NO . 456-08-06 DATE : 12/11 /08
TRIAXIAL SHEAR TEST REPORT
PLATE A.28
.....
(/J
+-'
(/J
(/J
Cl)
'-..,
U1
'-
0
Cl)
.c
U1
.....
(/J .....
(/)
(/)
Cl)
'-.....
l/l
'-
0 .....
0
>
Cl)
0
1. 20
0 .80
0.40
0
0
2 .00
1 . 60
1. 20
0 .80
0 .40
0
0
RESULTS
C, tsf 0.92
~. deg 0
0.40
::~·:: .. : . . . ... . ~ ... . . . . . '/· :, ; . . . ... y ,
i i ...
5 10 15
Axial Strain, %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Clay, brown
LL= PL=
SPECIFIC GRAVITY= 2.65
REMARKS:
FIG . NO.
PI=
0.80 1 . 20 1. 60
Norma I Stress , ts f
SAMPLE NO .
WATER CONTENT, %
-;j_ DRY DENSITY. pcf
H SATURATION , %
I:; VOID RA TIO
~ DIAMETER , 1 n
HEIGHT, in
WATER CONTENT. %
~ DRY DENSITY. pc f
w SATURATION, %
I-VOID RATIO
~ DIAMETER . 1 n
HEIGHT. in
Strain rate. %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE, tsf
03 FAILURE, tsf
CLIENT: CMJ
PROJECT:
25.6
95 . 1
91 . 7
0.739
2 .75
4 .05
27 .5
95 . 1
98 .5
0. 7 _39
2.75
4.05
3.24
3 .60
1 .83
1 .82
2 . 19
0.36
2 .00
SAMPLE LOCATION: C-7@ 2.0'-3.0'
PROJ. NO . 456-08-06 DATE: 12/15/08
2 .4 0
TRIAXIAL SHEAR TEST REPORT
PLATEA.29
....
(/)
+-'
(/)
(/)
V
I..
+-'
U)
I..
0
V
.c
Ul
....
(/)
+-'
(/)
(/)
V
I..
+-'
Ul
I..
0
+-'
0
>
V
0
3 .00
2 .00
1 .00
0
0
9 .00
7 .50
6 .00
4 .50
3 .00
1 . 50
0
0
1. 00
l
5 10 15
Ax i al Stra i n, %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE : Remold
DESCRIPTION : Clay, brown
w/ 7% L i me
LL= PL= PI=
SPECIFIC GRAVITY= 2 .65
REMARKS :
FIG . NO .
2 .00 3 .00 4 .00
Nor,1al Stress, tsf
SAMPLE NO .
WATER CONTENT, %
-;j_ DRY DENSITY , pc f
H SATURATION , %
h VOID RATIO
~ DIAMETER , i n
HEIGHT , in
WATER CONTENT ,%
t; DRY DENSITY, pc f
w SATURATION , %
1-VOID RATIO
~ DIAMETER , i n
HEIGHT, in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS , tsf
PORE PRESSURE, tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE'.:, tsf
0"3 FAILURE, tsf
CLIENT : CMJ
PROJECT :
21 .0
86 .6
61 .0
0.910
1 .40
3 .00
22.4
86 .6
65 .2
0 .910
1. 40
3 .00
1 .44
1 .80
5 .39
2 .46
5 .75
0.36
I .
5.00
SAMPLE LOCATION : C-7@ 2.0'-3.0'
PROJ . NO.: 456-08-06 DATE: 1/2/09
6.00
TRIAXIAL SHEAR TEST REPORT
PLATEA.30
'+-
(/) ...,
(/)
QI
V
\.. ....
(/)
\..
0
V
.s:
(fl
(/)
(/)
(I)
I...
+-'
V)
I...
0
+-'
0
>
QJ
0
1. 50
1. 00
0.50
0
6 .00
5 .00
4 .00
3.00
2 .00
1 . 00
0
RESULTS
c. tsf 1 . 10
.p • deg 0
0 0 .50
. -.. I :_.;,,,'
0
•'••V::;
. ' ' ... : : '. ... : ; : .. r -
0 5 10 15
Axial Strain, %
TYPE OF TEST:
Unconsol idoted undrained
SAMPLE TYPE : Undisturbed
DESCRIPTION : Cloy, brown
LL= PL=
SPECIFIC GRAVITY= 2 .65
REMARKS:
FIG . NO .
PI=
1 .00 1 . 50 2 .00
'.formal Stress, tsf
SAMPLE NO .
WATER CONTENT, %
-;j_ DRY DENSITY. pcf
H SATURATION, %
~ VOID RATIO
~ DIAMETER, in
HEIGHT, in
WATER CONTENT, %
lij DRY DENSITY, pc f
w SATURATION, %
I-VOID RA TIO
~ DIAMETER, 1 n
HEIGHT, in
Strain rate. %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
0'1 FAILURE, tsf
0'3 FAILURE, tsf
CLIENT: CMJ
PROJECT :
23 .3
98 . 1
90.0
0.687
2.80
3 .90
24-.8
98 . 1
95.8
0.687
2.80
3.90
3 24-
3 .60
2 . 19
2 . 19
2 .55
0.36
2 .50
SAMPLE LOCATION: C-88@ 1 .0'-2 .0'
3 .00
PROJ . NO . 456-08-06 DATE: 12/22/08
TRIAXIAL SHEAR TEST REPORT
PLATE A.31
....
(/)
+'
(/)
(/)
V
I..
+'
(/)
\..
0
V .c
Ul
....
(/l .....
(/)
(/)
(I)
I.. .....
U)
I..
0 .....
0
>
(I)
0
1 . 20
0 .80
0 .40
0
2.40
2 .00
1 . 60
1 . 2 0
0 .80
0 .40
0
RESULTS
C, tsf 0.71
4> • deg 0
0 0.40
0 5 10 15
Ax ial Stra i n . %
TYPE OF TEST:
Unconsol i dated undra i ned
SAMPLE TYPE : Undisturbed
DESCRIPTION : Clay , olive-brown
LL= PL=
SPECIFIC GRAVITY= 2 .65
REMARKS :
FIG. NO.
PI=
0.80 1. 20 1 . 60
Norma l Stress, ~sf
SAMPLE NO .
WATER CONTENT, %
;i_ DRY DENSITY, pc f
H SATURATION, %
~ VOID RATIO
~ DIAMETER, 1 n
HEIGHT, in
WATER CONTENT , %
t; DRY DENSITY. pcf
w SATURATION , %
t-VOID RA TIO
~ DIAMETER, in
HEIGHT, in
Strain rote , %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE . tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE , tsf
01 FAILURE, tsf
03 FAILURE, ts f
CLIENT: CMJ
PROJECT:
., ......
22 .5
100 .0
91 . 2
0 .655
2 .78
3 .90
23.9
100 .0
96.7
0.655
2.78
3.90
3 .24
3 .60
1 .41
1 . 41
1 . 77
0.36
2 .00
SAMPLE LOCATION: C-9@ 2.0'-3 .0'
2 .40
PROJ . NO .: 456-08-06 DATE : 12/29/08
TRIAXIAL SHEAR TEST REPORT
PLATE A.32
UI
UI
V
L ..,
(/)
L
0
V
s::.
(/)
-en
+'
en
en
QJ
L
+'
Ul
L
0
+'
a
>
QJ
0
1 . 20
0 .80
0.40
0
0
2 .40
2 .00
1. 60
1. 20
0 . 80 /;
0 .40
0
0
RESULTS
C, tsf 0. 77
,j>, deg 0
TAN p 0
..
.· .:,••
0 .40
5 10 15
Axial Strain, %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Clay, brown
LL= PL= PI=
SPECIFIC GRAVITY= 2.65
REMARKS :
FIG . NO.
0.80 1. 20 1. 60
N)rma I Stress. tsf
SAMPLE NO.
WATER CONTENT, %
~ DRY DENSITY. pc f
H SATURATION, %
~ VOID RATIO
~ DIAMETER , i n
HEIGHT, in
WATER CONTENT, %
~ DRY DENSITY, pc f
w SATURATION. %
I-VOID RATIO
~ DIAMETER , i n
HEIGHT, in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE , tsf
FAILURE STRESS, tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
0"1 FAILURE, tsf
0"3 FAILURE, tsf
CLIENT: CMJ
PROJECT:
29 .0
90 .4
92 .5
0.830
2 .80
3.75
30.6
90.4
97 .8
0.830
2.80
3.75
3.24
3 .60
1. 53
1 . 5.3
1. 89
0.36
2.00
SAMPLE LOCATION: C-10@ 2.0'-3.0'
PROJ . NO.: 456-08-06 DATE: 12/17/08
TRIAXIAL SHEAR TEST REPORT
2 40
PLATE A.33
....
(/) ....
(/)
(/)
V
L ....
(/}
L
0
V .c
(/)
....
(/J ....
(/J
(/J
V
L ....
(/}
L
0 ....
0
>
Cl)
0
1 .20
0 .80
0.40
0
2 .40
2 .00
1. 60
1 . 20
0 .80
0 .40
0
RESULTS
C, tsf 0 .65
4> • deg 0
0
<·
0 0.40
;
! l
0 5 10 15
Axial Strain,
TYPE OF TEST :
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Clay, brown
LL= PL=
SPECIFIC GRAVITY= 2.65
REMARKS :
FIG . NO .
PI=
%
0.80 1. 20 1. 60
Normal Stress, tsf
SAMPLE NO.
WATER CONTENT, %
-;j_ DRY DENSITY, pcf
H SATURATION, %
~ VOID RATIO
~ DIAMETER. in
HEIGHT. in
WATER CONTENT , %
t;j DRY DENSITY, pcf
w SATURATION . %
I-VOID RA TIO
~ DIAMETER. in
HEIGHT, in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS , ts f
PORE PRESSURE. tsf
01 FAILURE , tsf
03 FAILURE, tsf
CLIENT : CMJ
PROJECT:
.. ~ .
34 .2
82.3
89.9
1 .009
2.80
4 .00
35.4
82.3
93. 1
1 .009
2.80
4.00
3 .24
3 .60
1 . 31
1 . 29
1 . 67
0.36
I .
2.00
SAMPLE LOCATION : C-11 @ 2.0'-3.0'
PROJ. NO .: 456-08-06 DATE : 12/15/08
TRIAXIAL SHEAR TEST REPORT
2 .40
PLATE A.34
....
(/)
+'
(/)
(/)
Cl)
I.. ..,
(/)
I..
0
V
.c
(/)
3 .00
2 .00
1 . 00
0
0
RESULTS
,t, •
1 . 00 2 .00 3.'00 4 .00 5 .00
"Jo rma I Stress . ts f
9 .00 ---~---------·.
7 .50
'+-
(/) 6 .00 .....
(/)
(J)
Cl) 4 .50
I.. .....
(/)
I.. 3 .00 0 .....
0
>
Cl) 1 . 50 0
0
0 5 10 15
Axial Stra i n , %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE NO .
WATER CONTENT, %
-;j_ DRY DENSITY , pc f
H SATURATION, %
~ VOID RATIO z
H DIAMETER . i n
HEIGHT, in
WATER CONTENT,%
~ DRY DENSITY, pcf
w SATURATION . %
1-VOID RATIO
~ DIAMETER . i n
HEIGHT, in
Strain rate. %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS. tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS . tsf
PORE PRESSURE, tsf
0'1 FAILURE, tsf
0'3 FAILURE, tsf
22 .0
86 .5
64 .0
0.912
1 .40
3 .00
24 .3
86 .5
70 .7
0 .912
1 .40
3 .00
1 .44
1 80
5 .3 1
2 .20
5 .67
0 . .36
SAMPLE TYPE : Remold CLIENT: CMJ
DESCRIPTION : Cloy, brown
w/ 7% Lime
LL= PL=
SPECIFIC GRAVITY= 2 .65
REMAR KS :
PI=
PROJECT:
SAMPLE LOCATION : C-11 @ 2 .0'-3 .0'
PROJ . NO.: 456-08-06 DATE: 1/2 /09
TRIAXIAL SHEAR TEST REPORT
6 .00
FIG . NO . PLATE A.35
0.60
RESULTS
C, tsf 0 .35
4> • deg 0
'+-TAN
al
p 0
...., 0 .40
. ~-.....
al
al
<I)
L. ....,
en
L.
0 0 .20 <I)
.c en
0
0 0.20
0 .90
0 .75
'+-
al 0 .60
I :, y.
;J7:fl ~
+'
(/)
(/)
<I)
L.
+'
Ul
L.
0
+'
0
>
<I)
0
0.45
0.30
0 . 15
0
0 5 10 15
Axial Strain, %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Cloy, brown
LL= PL= PI=
SPECIFIC GRAVITY= 2 .65
REMARKS :
FIG. NO .
0.40 0.60 0.80
Normal Stress. tsf
SAMPLE NO.
WATER CONTENT, %
-;J_ DRY DENSITY . pc f
H SATURATION, %
~ VOID RATIO
~ DIAMETER, in
HEIGHT, in
WATER CONTENT, %
ti, DRY DENSITY, pcf
w SATURATION. %
I-VOID RA TIO
~ DIAMETER, in
HEIGHT, in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE. tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE, tsf
0"3 FAILURE, tsf
CLIENT: CMJ
PROJECT:
35.8
82.4
94. 1
1 .008
2.82
3 .95
38.0
82.4
99.8
1 .008
2.82
3.95
3.24
3 .60
0 .71
0 .70
1. 07
0.36
1 . 00
SAMPLE LOCATION: C-12@ 9"-2.0'
1 . 20
PROJ. NO .: 456-08-06 DATE: 12/17/08
TRIAXIAL SHEAR TEST REPORT
PLATE A.36
1. 20
RESULTS
0 .97
.... 0
C/l
+' 0 .80
C/l
C/l
QI
I..
+'
(/)
I..
0 0.40 QI
.c
(/)
o,
0 0 .40
2 . 40-
2 .00
....
Ul 1 . 60
····n··· . . . -. . .. . . . . . . .. . . . . . . . . . . . -...... . . . . . . . .
:)-? ·: jj
.....
Ul
Ul
Q) 1 . 20
I.. .....
(/)
I..
0 0 .80 .....
0
>
Q) 0.40 0
0
0 5 10 15
Axial Strain, %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE : Undisturbed
DESCRIPTION: Clay , brown
LL= PL= PI=
SPECIFIC GRAVITY= 2.65
REMARKS :
FIG . NO .
0 .80 1. 20 1. 60
Norma I Stress, tsf
SAMPLE NO .
WATER CONTENT , %
~ DRY DENSITY , pc f
H SATURATION , %
:::; VOID RATIO R DIAMETER , i n
HEIGHT , in
WATER CONTENT,%
0 DRY DENSITY, pc f
w SATURATION, %
1-VOID RA TIO
~ DIAMETER, i n
HEIGHT, in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE . tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE, tsf
03 FAILURE, tsf
CLIENT: CMJ
PROJECT :
14 .6
114 . 3
86 .4
0 .447
2 .80
3 .95
15.9
114 .3
94 .2
0.447
2 .80
3 .95
3 24
3 .60
1 .93
1 .93
2 .29
0 .36
2 .00
SAMPLE LOCATION : C-13@ 2.0'-3 .0 '
PROJ . NO .: 456-08-06 DATE : 12/17/0 8
TRIAXIAL SHEAR TEST REPORT
2 .40
PLATE A.37
....
(/)
+-'
(/)
(/)
Cl)
\..
+-'
(/)
\..
0
Cl)
.c
(/)
(/}
+-'
(/}
(/)
Ill
L.
+-'
U)
L
0
+-'
0
>
Cl)
0
0 .60
0 .40
0 .20
0
0
1 . 20
1 . 00
0 .80
0.60
0 .40
0 .20
0
0
RESULTS
C, tsf 0.38
4> • deg 0
TAN p 0
0 .20
. . . . ... ... T .. ' . . . , ... . . . . . .. .
i~ ;·iri
:./: . ~-I . . . . ....
·/
5 10 15
Ax i al Strain. %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE : Undisturbed
DESCRIPTION: Clay, brown
LL= PL=
SPECIFIC GRAVITY= 2 .55
REMARKS :
FIG .. NO .
PI=
0 .40 0 .60 0.80
Norma' Stress . tsf
SAMr-'LE NO .
WATER CONTENT, %
-;i_ DRY DENSITY. pc f
H SATURATION, %
~ VOID RATIO
~ DIAMETER. in
HEIGHT , in
WATER CONTENT, %
t;j DRY DENSITY, pc f
w SATURATION . %
I-VOID RATIO
~ DIAMETER. i n
HEIGHT. in
Strain rote , %/min
BACK PRESSURE , tsf
CELL PRESSURE , tsf
FAILURE STRESS, tsf
PORE PRESSURE . tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE, tsf
03 FAILURE. tsf
CLIENT: CMJ
PROJECT:
28 .2
90 .6
90 .5
0 .826
2 .80
4 .05
31 . 1
90 .6
99 .7
0 .826
2.80
4 .05
3 .2 4
3.60
0 .7 6
0 .76
1 . 12
0.36
1 . 00
SAMPLE LOCATION : C-14@ 9"-2.0'
1 . 2 0
PROJ . NO .: 456-08-06 DATE : 12/15/08
TRIAXIAL SHEAR TEST REPORT
PLATE A.38
4.50
RESULTS
....
(ll
+' 3 .00
(ll
(ll
~
\..
+'
(/)
\..
0 1. 50 ~
.c
(/)
0
0 1 . 50
9 .00
7.50
....
(/) 6.00
+'
(/)
(/)
V 4 .50
\..
+'
(/)
\.. 3 .00 0
+'
0
>
V 1 . 50 0
0
0 5 10 15
Axial Strain ,
TYPE OF TEST :
Unconsolidated undrained
SAMPLE TYPE: Remold
DESCRIPTION : Cloy, brown
w/ 7% Lime
LL= PL= PI=
SPECIFIC GRAVITY= 2.65
REMARKS :
FIG . NO .
%
3.00 4.50 6.00 7 .50 9 .00
Normal Stress, tsf
SAMPLE NO .
WATER CONTENT, % 22.0
.....I DRY DENSITY, pct 86 .5 <{
H SATURATION, % 64.0
t-VOID RATIO 0 .912 H z DIAMETER, i n 1 .40 H
HEIGHT, in 3 .00
WATER CONTENT, 7. 24 . 1
t-DRY DENSITY, pct 86 .5 (/)
w SATURATION, % 70 . 1
t-VOID RATIO 0.912
t-DIAMETER, in 1 .40 <{
HEIGHT, in 3 .00
Strain rate, %/min
BACK PRESSURE, tst 1 .44
CELL PRESSURE, tst 1 .80
FAILURE STRESS, tsf 7 . 17
PORE PRESSURE, tst
20 ULTIMATE STRESS , tsf 2.80
PORE PRESSURE, tsf
01 FAILURE, tsf 7 .53
03 FAILURE, tsf 0.36
CLIENT: CMJ
PROJECT :
SAMPLE LOCATION : C-14@ 9 "-2.0'
PROJ . NO .: 456-08-06 DATE: 1/2/09
TRIAXIAL SHEAR TEST REPORT
PLATEA.39
.,_
<n ....
<n
<n
'1)
'-....
(/)
'-
0
'1)
.c
(/)
.,_
UI ....
<n
UI
'1)
'-
+-'
(/)
'-
0 .....
a
>
'1)
0
1. 20
RESULTS
C, tsf 0.77
~. deg 0
TAN t, 0
0 .80
0 .40
0
0 0 .40
2. 40 ~ -
2 .00
1 . 60
1 . 20
0 .80
0 .40
0
0 5 10 15
Ax ial Strain , %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE : Undisturbed
DESCRIPTION: Silty cloy/ cloy
ton & brown
LL= PL= PI=
SPECIFIC GRAVITY= 2.65
REMAR KS :
FIG . NO .
0 .80 1 . 20 1 . 60
Normal Stress , tsf
SAMPLE NO .
WATER CONTENT, %
;:j_ DRY DENSITY, pc f
H SATURATION , %
~ VOID RATIO z
H DIAMETER , in
HEIGHT, in
WATER CONTENT, %
~ DRY DENSITY, pc f
w SATURATION , %
t-VOID RATIO
~ DIAMETER, i n
HEIGHT , in
Strain rate , %/m i n
BAC K PRESSURE, tsf
CELL PRESSURE , tsf
FAILURE STRESS , tsf
PORE PRESSURE , tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
01 FAILURE, tsf
03 FAILURE, tsf
CLIENT : CMJ
PROJECT :
18 .5
110.4
98 .0
0 .499
2.78
4 .00
18 .7
110 . 4
99 .3
0 .4 99
2.78
4 .00
3 .2 4
3 .60
1 .54
1 .54
1 .90
0.36
2 .00
SAMPLE LOCATION : C-15@ 7 1/2"-2.0 '
2 .40
PROJ . NO .: 456-08-06 DATE: 1 2/15/0 8
TRIAXIAL SHEAR TEST REP ORT
PLATE A.40
....
(/)
+'
(/)
(/)
V
I..
+'
C/l
I..
0
V
.c
C/l
....
(/)
+'
(/)
(/)
V
\..
+'
C/l
I..
0
+'
0
>
V
0
1. 50
RESULTS
C, tsf 1. 03 ., . deg 0
1 . 00
0.50
0
0 0.50
6.00 ~ -,.
5.00
4 .00
3 .00
2 .00
1.00
0
,,,~~:
IA",: : : :/ :· '' '
:/:··•
I / .... I/:
0 5 10
Axial Strain,
TYPE OF TEST :
15
%
Unconsolidated undra i ned
SAMPLE TYPE: Undisturbed
DESCRIPTION : Clay , I i ght brown
LL= PL= PI=
SPECIFIC GRAVITY= 2 .65
REMARKS:
FIG . NO .
1 .00 1 .50 2.00
Normal Stress , tsf
SAMPLE NO.
WATER CONTENT ,%
-;j_ DRY DENSITY . pc f
H SATURATION, %
I::; VOID RATIO
~ DIAMETER , i n
HEIGHT, in
WATER CONTENT,%
t;j DRY DENSITY , pc f
w SATURATION . %
I-VOID RATIO
~ DIAMETER , i n
HEIGHT, in
Strain rate, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE , tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE , tsf
0 1 FAILURE. tsf
0.3 FAILURE, tsf
CLIENT : CMJ
PROJECT :
··i ··
19 .8
103.2
87.3
0 .602
2.80
4.00
21 .5
103 .2
94.6
0.602
2.80
4 .00
3 .24
3 .60
2 .06
2 .06
I 2 .42
0 .36
2 .50
SAMPLE LOCATION : C-16@ 7 "-2 .0
; ·I
3 .00
PROJ. NO.: 456 -08-06 DATE : 12/17/08
TRIAXIAL SHEAR TEST REPO RT
PLATE A.41
....
(/) ....
(/)
(/)
(l)
\... ....
(/)
\...
0
(l)
.c
U)
....
U) ....
U)
U)
(l)
\... ....
V)
\...
0 ....
a
>
(l)
0
2 .25
1. 50
0.75
0
0
6 .00
5.00
4 .00
3.00
2 .00
1 . 00
0
0
RESULTS
C, tsf
4> • deg
/':. y
I ;:
!
5
1 . 54
0
0 .75
;'_~:_;;; . . . . . . . . . . . . .. . . . . . ...
10 15
Axial Strain, %
TYPE OF TEST:
Unconsolidated undrained
SAMPLE TYPE: Undisturbed
DESCRIPTION: Cale . clay brown
LL= PL= PI=
SPECIFIC GRAVITY= 2 .65
REMARKS :
FIG . NO .
1 . 50 2.25 3.00
tlormal Stress. tsf
SAMPLE NO.
WATER CONTENT, %
<i_ DRY DENSITY, pc f
H SATURATION, %
I:; VOID RATIO z
H DIAMETER ,
HEIGHT, in
,n
WATER CONTENT,%
~ DRY DENSITY, pcf
w SATURATION, %
1-VOID RA TIO
~ DIAMETER , i n
HEIGHT, in
Strain rote, %/min
BACK PRESSURE, tsf
CELL PRESSURE, tsf
FAILURE STRESS, tsf
PORE PRESSURE, tsf
20 ULTIMATE STRESS, tsf
PORE PRESSURE, tsf
<:;1 FAILURE, tsf
03 FAILURE, tsf
CLIENT: CMJ
PROJECT:
10 .3
114 . 5
61. 7
0 .445
2 .77
3 .90
16 .5
114 . 5
98 . 1
0.445
2 .77
3 .90
3 .24
3 .60
3 .07
2 .53
3.43
0.36
3 .75
SAMPLE LOCATION : C-17@ 1 .0'-2.0'
4 .5 0
PROJ . NO.: 456-08-06 DATE : 12/17/08
TRIAXIAL SHEAR TEST REPORT
PLATE A.42
FREE SWELL TEST RESULTS
Project: Pavement Design and Reconstruction
Council District 9 -Group 9C -Fort Worth , Texas
Project No.: 456-08-06C
-----------. -..::. ------------
' ,
•'
,
' ..
I
' -
,_ __ -----------------, ~ --~-~-----------~ --~
C-4 7-8 Silty Shaly Clay 49 19 30 16 .1 22 .5 1.9
C-9 7-8 Clay 52 22 30 13 .3 22 .0 1.3
C-11 7-8 Silty Shaly Clay 47 17 30 20 .4 22 .2 1.5
C-17 3-4 Silty Clay/ 43 15 28 9 .9 22.4 0.9 Calcareous Clay
Free swell tests performed at approximate overburden pressure
CMJ ENGINEERING, INC. PLATEA.43
LIME SERIES TEST RESULTS
Project: Pavement Design and Reconstruction
Council District 9 -Group 9C -Fort Worth, Texas
Project No .: 456-08-06C
Boring No.: C-4 Depth : 13" to 2'
Material: Clay
Percent Lime pH
0 8.02
2 11.95
4 12.43
6 12.48
8 12 .52
10 12.53
Boring No.: C-7 Depth: 1' to 2'
Material: Clay
Percent Lime pH
0 7 .92
2 11 .88
4 12.42
5 i 12.47
8 12 .50
10 12.51
CMJ ENGINEERING, INC. PLATE A.44
LilME SERIES TEST RESULTS (continued)
Project: Pavement Design and Reconstruction
Council District 9 -Group 9C -Fort Worth, Texas
Project No.: 456-08-06C
Boring No.: C-11 Depth: 2' to 3'
Material: Clay
Percent Lime pH
0 8.09
2 12.02
4 12.39
6 12.46
8 12.49
10 12.51
Boring No.: C-14 Depth: 2' to 3'
Material: Clay
Percent Lime pH
0 8.12
2 11.99
4 12.43
6 12.50
8 12.52
10 12.55
CMJ ENGINEERING, INC. PLATEA.45
SOLUBLE SULF!tTE TEST RESULTS
Project: Pavement Design and Reconstruction
Council District 9 -Group 9C -Fort Worth, Texas
Project No.: 456-08-06C
Boring No.: C-1A Depth : 8" to 2'
Material: Clay
Method Result
TxDOT TEX 145-E 146 ppm
Boring No.: C-4 Depth : 2' to 3'
Material: Clay
Method Result
TxDOTTEX 145-E 126 ppm
Boring No.: C-5 Depth: 2' to 3'
Material: Clay
Method Result
TxDOT TEX 145-E 100 ppm
Note: 1.) 1 ppm= 1 part per million
CMJ ENGINEERING, INC. PLATEA.46
SOLUBLE SULFATE TEST RESULTS (continued}
Project: Pavement Design and Reconstruction
Council District 9 -Group 9C -Fort Worth, Texas
Project No.: 456-08-06C
Boring No.: C-7 Depth: 2' to 3'
Material: Clay
Method Result
TxDOT TEX 145-E 126 ppm
Boring No.: C-9 Depth: 2' to 3'
Material: Clay
Method Result
TxDOT TEX 145-E 353 ppm
Boring No.: C-12 Depth: 9" to 2'
Material: Clay
Method Result
TxDOTTEX 145-E 1,840 ppm
Note : 1.) 1 ppm= 1 part per million
CMJ ENGINEERING, INC. PLATEA.47
SOLUBLE SULFATE TEST RESULTS (continued)
Project: Pavement Design and Reconstruction
Council District 9 -Group 9C -Fort Worth, Texas
Project No.: 456-08-06C
Boring No.: C-14 Depth : 9" to 2'
Material: Clay
Method Result
TxDOT TEX 145-E 126 ppm
Boring No .: C-16 Depth : 7" to 2'
Material : Clay
Method Result
TxDOT TEX 145-E <100 ppm
Note : 1.) 1 ppm= 1 part per million
CMJ ENGINEERING, INC. PLATE A.48
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
I
American Concrete Pavement Association
Rigid Design Inputs
Agency : The City of Fort Worth
Company: GM Enterprises
Contractor : CMJ Engineering , Inc.
Project Description : Council District 9 -Group C
Location : Fort Worth, Texas
Rigid Pavement Design/Evaluation
PCC Thickness
Design ESALs
Reliability
Overall Deviation
Modulus of Rupture
Modulus of Elasticity
6 .74 inches
625,000
80 .00 percent
0 .35
630 psi
3,604,997 psi
Load Transfer, J
Mod. Subgrade Reaction, k
Drainage Coefficient, Cd
Initial Serviceability
Terminal Serviceability
Modulus of Subgrade Reaction (k-value) Determination
Resilient Modulus of the Subgrade 6,618.5
Resilient Modulus of the Subbase
Subbase Thickness
Depth to Rigid Foundation
Loss of Support Value (0, 1,2,3)
14,038 .9
6 .00
0 .00
1.0
psi
psi
inches
feet
Modulus of Subgrade Reaction 97 .30 psi/in
Friday, January 9, 2009 3:46 :58PM Engineer: JPS
2.70
97 psi/in
0 .70
4.50
2.00
PLATE 8.1
WinPAS
Pavement Thickness Design According to
1993 AASHTO Guide for Design of Pavements Structures
American Concrete Pavement Association
Flexible Design Inputs
Agency : The City of Fort Worth
Company : GM Enterprises
Contractor: CMJ Engineering , Inc.
roject Description : Council District 9 -Group C
Location : Fort Worth , Texas
Flexible Pavement Design/Evaluation
3 .10
625,000
Structural Number
Design ESALs
Reliability
Overall Deviation
80.00 percent
0.45
Layer Pavement Design/Evaluation
Layer Layer
Material Coefficient
HMACType 0 0.42
HMACTypeB 0 .38
LSS 0 .08
0 .00
0 .00
0 .00
Friday , January 9, 2009 3 :48 :28PM Eng ineer:JPS
Soll Resilient Modulus
Initial Serviceability
Tenninal Serviceability
Drainage Layer
Coefficient Thickness
1.00 2.00
1.00 5 .50
0.40 6.00
0 .00 0 .00
0 .00 0.00
0 .00 0.00
:I;::iN
5,842 .00 psi
4.50
2.00
Layer
SN
0.84
2.09
0.19
0 .00
0.00
0.00
3.12
PLATE 8.2
-
-
SECTION 9 -ADDENDA
-
-
-
-
-