HomeMy WebLinkAboutContract 41730D.O.E FILE
CONTRA TOR',., DING
CONSTRUCTION'S COPY
CLIENT DEPARTMENT
ORTWORTH CITY SE CRETARY ~ l <
CONTRACTNO . \ -....J()
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
Paving and Drainage Improvements for
McALISTER ROAD
FROM UNION PACIFIC RAILROAD TO IH-35
CITY PROJECT No. 01078
DOE No. 6467
TPW No . C202-541200-206230107883
FILE No. K~213 2
Michael J. Moncrief
Mayor
OCTOBER 2010
William A. Verkest, P.E.
Dale A. Fisseler, P.E.
City Mc1,1ager
Director, T ransportation and Pub!ic Wo rks Department
S . Frank Crumb, P.E.
Director, Water Department OFFICIAL RECORD
Richard Zavala CITY SECRETARY
Director, Parks and Community Service$ Department FT. WORTH, TX
PREPARED FOR:
The City of Fort Worth
~ -r. Kimley-Horn
-...J-r__j and Associates 1 Inc .
TBPE REG #9 2 8
,.
1_
Official site of the City of Fort Worth, Te xas
CITY COUNCIL AGENDA FORT WORTH
~
_________ ..,._.., ... ..., . .,_, __ , ... ..,.,._,_ _ _,_.,""',.,....,.._ .. """,__,. ... snte""'"'""-""'' --n1..,m.l.lift:w. ___ ..., . ..,,,--rv•-G·a-•1 -,iii,:: .... ,-----------
COUNCIL ACTION: Approved on 4/5/2011 -------------------------------------
DATE:
CODE:
4/5/2011 REFERENCE NO.: C-24844
C TYPE: NON-
CONSENT
LOG NAME:
PUBLIC
HEARING:
20MCALISTER-UPR-
IH35W
NO
SUBJECT: Authorize Execution of a Contract with McClendon Construction Company , Inc ., in the
Amount of $1 ,125,078.81 for Pavement and Drainage Improvements for McAlister Road
from Union Pacific Railroad to Interstate Highway 35W (COUNCIL DISTRICT 6)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with
McClendon Construction Company, Inc., in the Amount of $1,125,078 .81 for Pavement and Drainage
Improvements for McAlister Road from Union Pacific ~ailroad to Interstate Highway 35W.
DISCUSSION:
Street Improvements along McAlister Road from its intersection with the southbound frontage road of
Interstate Highway 35W to just west of the Union Pacific Railroad have been planned in order to
address congestion and safety problems. The City's portion of funding for this project will come
through the Community Facilities Agreement (CFA) line item in the 2004 Capital Improvement
Program in conjunction with CFA funding collected from adjacent developers. In as much as that
portion of the improvements west of the railroad are within the city limits of Burleson (1,466 feet), the
City of Burleson has also agreed to contribute funding for the design contingent upon a commitment
from the City of Fort Worth that they will be reimbursed for the design fees if the road is not ultimately
constructed.
On May 9, 2009, the City Council authorized the execution of an lnterlocal Agreement (ILA) (M&C C-
23500) with the City of Burleson in the amount of $240,000 .00 to lead the design of McAlister Road in
accordance with City of Fort Worth standards and the execution of a design contract with Kimley-
Horn and Associates in the amount $226,000 .00 for the design work.
The construction contract was advertised for bid in the Fort Worth Star-Telegram on October 28,
201 O and November 4, 2010 . On November 18, 2010, the following bids were received :
Bidder Amount
McClendon Construction $1,125,078.81
Company, Inc.
JLB ContractinQ , LLC $1,146,473.93
Jackson Construction, Ltd . $1,200,621.00
Conatser Construction TX, LP $1,248,023.70
CPS Civil, LLC $1,250,106.00
The Fain Group, Inc. $1,329,845.40
Stabile & Winn, Inc . $1,342,677.40
Time of completion : 270 calendar days
The City reserves the right to increase or decrease quantities of individual pay items within the
contract, provided that the total contract amount remains within plus or minus 25 percent of the
contract award .
http://apps.cfwnet.org/council _packet/me _review.asp?ID= 14827&councildate=4/5/2011 4/20/2011
ragt: L. 01 L.
In addition to the contract cost, funding in the amount of $81,000 .00 is included for TPW associated
costs for survey, project management, material testing, field inspection and project close out. The
contingency funds to cover change orders for pavement reconstruction work total $33,752 .00 .
McClendon Construction Company , Inc., is in compliance with the City's M/WBE Ordinance by
committing to 18 percent M/WBE participation . The City's goal on this project is 17 percent.
This project is located in COUNCIL DISTRICT 6 .
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated , of the New Development Fund .
TO Fund/Account/Centers FROM Fund/Account/Centers
C202 541200 206760107883 $1 .125.078 .81
Submitted for City Manager's Office by: Fernando Costa (6122)
Greg Simmons (7862)
Wilma Smith (8785)
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
01078MCAL1STERMAP .QQ.f
-------------·----·
http://apps.cfwnet.org/council _packe t/me _review .asp?ID= 14827&councildate=4/5/2011 4/20/2011
McAlister Road
Addendum No. 1
11/15/2010
CITY OF FORT WORTH
TRANSPORTATION & PUBLIC WORKS
INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP
ADDENDUM No. I
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
McALISTER ROAD
FROM UNION PACIFIC RAILROAD TO IH-35
CITY PROJECT NO. 01078
TPW # C202-541200-206230107883
File No. K-2133
T he contract and documents for the subject project are hereby revised or amendt,:I 2s the followit g :
Pr~Bid Meeting:
A pre-bid conference was held at 10:00 A.M. Thursday, November 11, 2010, at City Hall Room 289. The
sign-in sheet listing the attendees is available on Buzzsaw unde r Addenda
Due to questions regarding the pavement reinforcement. pavement section for the TxDOT section, driveway
pavement section, jointing plan, and traffic control plans the following drawings have revised since being
posted on Buzzsaw on October 28, 20 I 0:
Sheets 4, 8, 11, 41, 43, 44, 45, 78 and 79
A copy of the drawings have been posted on Buzz.saw under Addenda.
Bid Proposal:
A new bid proposal has been provided. The bid proposal dated I 0/26/20 IO shall be replaced with the revised
bid proposal dated 11/15/2010. Clarifications to several bid items have been made. Items that have changed
are highlighted with on the revised Bid Proposal; the following changes have been made:
Added Bid item #4 (CPMS Record Number -BID O 1305}-Temporary Asphalt with Flexbase for
Traffic Control. Payment shall be per square yard (SY) basis.
Added Bid item #57 (CPMS Record Number -BID-00506)-Street Signs -Installation
Modified Bid Item numbers to reflect the addition of the two pay items listed above.
Bid Item #5 -Sign -Project Designation -Install -revised quantity: 2 Ea
Bid Item#20 and #21 -Inline has been changed to Recessed
Bid Item #35 -Driveway -Install -has been changed to 9 inches rather than 6 inches. The pay item
has been modified in the special provisions.
Pg I
McAlister Road
Addendum No. l
Bid Item #8 Borrow-Install -revised quantity to 2,500 CY
l l/15/2010
Bid Item# IO -Pavement-Unclassified Street Excavation -Remove -revised quantity to 2,500 CY
Bid Items #38, 61-68 -The row width and column height has been revised to include the entire pay
item description.
Bid Items #58-60, #64-67 -The Unit Measured has changed to LF. The CPMS Record Number has
changed to BID-01306.
Bid Item #70 & 71 -Removed (Force Account, Oncor) from the pay item description.
Bidders shall replace the entire Bid Proposal Form with the revised Bid Proposal dated l l/l5/20IO.
Bid Proposal -Signature Page:
The contract time on the bid proposal signature page should be entered as 270 calendar days.
Special Provisions:
The special provisions have been revised; the items that have been modified are highlighted in . The
following pages have been changed: SP-I -SP-3; and SP-2 l -SP-33. Replace the special provisions -
section 5.6 with the revised special provisions: ·
5.6 _ Special Provisions (paving-drainage)_ addendum l .pdf
Added pay item descriptions for:
Bid item #4 (Paragraph 44)-Temporary Asphalt with Flexbase for Traffic Control. Payment shall
be per square yard (SY) basis.
Bid item #57 (Paragraph 82)-Street Signs -Installation
Pay item numbers have been modified to reflect the additional items.
The pay item description for Pay Item 3 (Paragraph 43) Traffic Control -install has been revised.
The pay item description for Pay Item 36 (Paragraph 72) Walk -Install
The pay item description for Pay Item 37 (Paragraph 73) Walk-ADA Wheelchair Ramp -Install has been
revised.
The pay item description for Pay Item 35 (Paragraph 71) Driveway -Install (9" Concrete) has been revised.
Removal of Asphalt Pavement:
Bid Item# 10 -Pavement -Unclassified Street Excavation -Remove, shall include removal of all asphalt
and concrete pavement along McAlister Road. The removal of driveway pavement shall be paid for in
accordance with Bid Item #25 -Driveway -Remove.
General Contractors and Suppliers may make copies of the Contract Documents, Specifications, and
Plans through their printer (new drawings were posted on site on Monday, November 15, 2010). The bid
documents may be viewed and printed on-line. The bid documents may be viewed and printed on-line at:
https://projectpoint.buzzsaw.com/client/fortworthgov/ Advertised%20Bids/1 l-18-
l 0%20Bid%20Date%20Projects/O I 078%20-%20McAlister'%20Road%20Improvement
Pg2
McAlister Road
Addendum No. l
Bidder shall acknowledge receipt of Addendum No. I on the Bid Proposal dated 11/15/2010 Signature
Page.
Pg 3
'·
McAlister Road
Addendum No. 2
l l/16/2010
CITY OF FORT WORTH
TRANSPORTATION & PUBLIC WORKS
INFRASTRUCTURE DESIGN AND CONSTRUCTION GROUP
ADDENDUM No. 2
TO THE SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
McALISTER ROAD
FROM UNION PACIFIC RAILROAD TO IH-35
CITY PROJECT NO. 01078
TPW # C202-541200-206230107883
File No. K-2133
The contract and documents for the subj ect project are hereby revised or amen:!ed as the follo wing:
Drawings:
The reinforcement for the concrete pavement shall be #5 bars ; the detail sheet 78 has been modified. Replace
the Reinforced Concrete Pavement Construction Details Sheet 78 with the revised sheet dated 11/16/2010.
A copy of the drawing has been posted on Buzzsaw under Addenda
General Contractors and Suppliers may make copies of the Contract Documents, Specifications, and
Plans through their printer (new drawings were posted on site on Tuesday, November 16 , 2010). The bid
documents may be vi ewed and printed on-line. The bid documents may be viewed and printed on-line at:
https://projectpointbuzzsaw.com/client/fortworthgov/ Advertised%20Bids/l l-l 8-
l 0%2 0Bid%20Date%20Projects/O I 078%20-%20McAlister%20Road%20Improvement
Pg 1
...
McAlister Road
Addendum No. 1
Bidder shall acknowledge receipt of Addendum No. 2 on the Bid Proposal dated 11/15/2010 Signature
Page.
RECEIPT ACKNOWLEDGES:
By:~~ "'---
Title: fM ( 1-dsl uf=
Pg2
FORT WORTH
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
Paving and Drainage Improvements for
McALISTER ROAD
FROM UNION PACIFIC RA ILROAD TO IH-35
CITY PROJECT No. 01078
DOE No. 6467
TPW No. C202-541200-206230107883
FILE No. K-2133
Michael J . Moncrief
Mayor
OCTOBER 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
Director, Parks and Community Services Department
PREPARED FOR:
The City of Fort Worth
........-i-lr1II Kimley-Horn
-......J-[_j and Associates, Inc .
TBPE REG #928
-
01 -Project Information
1.1 Title Page
1.2 Location Maps
LOCATION MAPS
' L
,.1.
',11
" t
"T( --·----·-
02 -Front End Documents
2.1 -Table of Contents
2.3 -Comprehensive Notice to Bidders
2.5 -Special Instruction to Bidders (paving-drainage)
TABLE OF CONTENTS
01 -Project Information ~ 1.1 -Title Page MS-Word
~ 1.2 -Location Maps pdf
02 -Front End Documents 2.1 -Table of Contents MS-Word
D 2.2 -Notice to Bidders MS-Word
~ 2.3 -Comprehensive Notice MS-Word
to Bidders
D 2.4 -Special Instructions to pdf
Bidders (water-sewer)
~ 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
03 -MWBE Documentation ~ 3.1 -MWBE Special pdf
Instructions
~ 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
~ 3.2.1-MWBE pdf
Subcontractors/Suppliers
Utilization Form Change
Orders
~ 3.3 -MWBE Prime Contractor pdf
Waiver
~ 3.4 -MWBE Good Faith Effort pdf
~ 3.5 -MWBE Joint Venture pdf
04 -Bid Package ~ 4.1 -Bid Proposal Workbook MS-Excel
D 4.3 -Bid Schedule MS-Excel
D 4.4 -List of Fittings MS-Excel
D 4.5 -Pre-Qualified Contractor MS-Excel
List
~ 4.6 -Vendor Compliance MS-Word
05 -General and Special Conditions D 5.1 -Part C General pdf
Conditions (water -sewer)
D 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
D 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
D 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
D 5.5 -Part E Specifications pdf
~ 5.6 -Special Provisions
(paving -drainage)
~ 5. 7 -Wage Rates pdf
~ 5.8 -Compliance with and pdf
Enforcement of Prevailing
City of Fort Worth , Texas
Table of Contents
PMO Release Date: 06.1 0 .2010
Page I of 2
TABLE OF CONTENTS
06 -Technical Specifications
07 -Contracts, Bonds and Insurance
08 -Appendices
09-Addenda
City of Fort Worth , Texas
Table of Contents
PMO Release Date: 06.1 0 .2 0 10
Page 2 of 2
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer)
D 5.10 -Standard Details dwf
(paving-drainage)
[8J Technical Specs Index
[8J 7.1 -Certificate of Insurance MS-Word
[8J 7.2 -Contractor Compliance pdf
With Workers' Compensation
Law
[8J 7 .3 -Conflict of Interest pdf
Questionnaire
[8J 7 .4 -Performance Bond pdf
[8J 7 .5 -Payment Bond pdf
[8J 7.6 -Maintenance Bond pdf
[8J 7.7 -City of Fort Worth pdf
Contract
D Easements Index
[8J Permits Index
[8J Reports Index
D Addenda Index
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
Paving and Drainage Improvements for McAlister Road from Union Pacific Railroad to IH-35 in Fort
Worth, Texas
City Project No. 01078
Addressed to :
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office unti l 1 :30 PM, Thursday, November 18, 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 .
Full size hard copies of plans, contract documents and specification books are available at the City , at a cost of $275
per set (non-refundable). The documents are located at City Hall , 1000 Throckmorton Street , Fort Worth , Texas 76102 .
Please contact Wilma Smith (817-392-8785) for assistance .
The major work will consist of the (approximate) following :
Reconstruction of McAlister Road from the Union Pacific (UP) Railroad to the IH-35 W Southbound
frontage road. The project contains construction of approximately 1,750 linear feet of 45 foot wide
concrete street, approximately 320 linear feet of storm drain, approximately 3,000 linear feet of
sidewalk, utility adjustments, street lighting, pavement markings and signage, and at grade
railroad crossing.
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 Provis ion 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 B idders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of
contract, if made , will be within ninety (90) days after the opening of bids , but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of
all addenda may be rej ected as being non-responsive . All addenda will be made available on-line with the
Rev 212110_ TPW
CNB -1
COMPREHENSIVE NOTICE TO BIDDERS
contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on Buzzsaw
site) in order to receive notifications regarding the issuance of addenda. It shall be the bidding contractor's
sole responsibility to verify they have received and considered all addenda, prior to submitting a bid.
Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit
these executed documents or face rejection of the bid as non-responsive.
In accord with the City of Fort Worth Ordinance No . 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts.
A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM , GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p.m., five (5) City
of Fort Worth business days after the bid opening date . The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation . Failure to comply shall render the bid non-responsive .
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal within this document is designed as a package . In order to be considered an acceptable bid , ·
the Contractor is required to submit a bid for the contract. The Contractor, who submits the bid with the
lowest price , will be the apparent successful bidder for the project.
Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves
the right to evaluate and recommend to the City of Fort Worth City Council the bid that is cons idered to be in
the best interest of the City of Fort Worth.
For additional information, please contact Dana Leclaire with Kimley Horn and Associates at Telephone
Number: 214-420-5600 or by email : dana.leclaire@kimley-horn .com, and/or Wilma Smith , Project Manager,
TPW Department at 8 17-392-8785 or by email : wilma .smith@fortworthgov .org
A pre-bid conference will be held on Thursday November 11 , 2010 at 10:00 A.M ., in City Hall, Room 289 .
Bidders are encouraged to review the plans and specifications prior to the pre-bid conference.
DALE A. FISSELER, P.E.
CITY MANAGER
Advertising Dates :
October 28 , 2010
November 4, 2010
Rev 212110_ TPW
CNB-2
MARTY HENDRIX
CITY SECRETARY
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 1, Item 8, paragraph 8.6, of
the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the
City of Fort Worth, Texas, concerning liquidated damages for late completion of projects.
4 . AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
proposal.
5. EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended by
City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-a-29) prohibiting
discrimination in employment practices.
6. WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction is
deleted and replaced with the following:
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code.
Such prevailing wage rates are included in these contract documents .
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages paid to each
worker. These records shall be open at all reasonable hours for inspection by the City. The provisions of
the special provision titled "Right to Audit" pertain to this inspection.
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
(d) With each partial payment estimate or payroll period, whichever is less, an affidavit stating that
the contractor has complied with the requirements of Chapter 2258, Texas Government Code .
(e) The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Section 8 .9 of the Standard Specifications for Street and Storm Drain Construction is hereby deleted.
7. FINANCIAL STATEMENT: A current certified financial statement maybe required by the Department of
Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining the
successful bidder. This statement, ifrequired, is to be prepared by an independent Public Accountant
holding a valid permit issued by an appropriate State Licensing Agency.
8. INSURANCE: Within ten (10) days ofreceipt of notice of award of contract, the Contractor must provide,
along with executed contract documents and appropriate bonds, proof of insurance for Worker's
Compensation and Comprehensive General Liability (Bodily Injury-$500,000 each person, $1,000,000
each occurrence ($2,000,000 aggregate limit); Property Damage -$250,000 each occurrence). The City
reserves the right to request any other insurance coverages as may be required by each individual
project.
Rev 3-13 -09
9. ADDITIONAL INSURANCE REQUIREMENTS:
a. The City, its officers, employees and servants shall be endorsed as an additional insured on
Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's
workers' compensation insurance policy.
b . Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth, TX
76102, prior to commencement of work on the contracted project.
c. Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements specified herein.
d . Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of
cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days notice
shall be acceptable in the event of non-payment of premium.
e. Insurers must be authorized to do business in the State of Texas and have a current A.M. Best
rating of A : VII or equivalent measure of financial strength and solvency.
f. Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per
occurrence unless otherwise approved by the City.
g. Other than worker's compensation insurance, in lieu of traditional insurance, City may consider
alternative coverage or risk treatment measures through insurance pools or risk retention groups . The
City must approve in writing any alternative coverage.
h . Workers' compensation insurance policy(s) covering employees employed on the project shall be
endorsed with a waiver of subrogation providing rights of recovery in favor of the City.
1. City shall not be responsible for the direct payment of insurance premium costs for contractor's
insurance.
j . Contractor's insurance policies shall each be endorsed to provide that such insurance is primary
protection and any self-funded or commercial coverage maintained by City shall not be called upon to
contribute to loss recovery.
k. In the course of the project , Contractor shall report, in a timely manner, to City's officially
designated contract administrator any known loss occurrence which could give rise to a liability claim or
lawsuit or which could result in a property loss .
Contractor's liability shall not be limited to the specified amounts of insurance required herein.
m. Upon the request of City, Contractor shall provide complete copies of all insurance policies
required by these contract documents .
10. NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a non resident bidder unless the nonresident's bid is lower than
the lowest bid submitted by a responsible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business is located.
Rev 3-13-09
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state.
"Texas resident bidder" means a bidder whose principal place of business is in this state, and includes a
contractor whose ultimate parent company or majority owner has its principal place of business in this
state.
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all non resident bidders in order for its
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In a accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM SUBCONTRACTOR/SUPPLIER UTILIZATION FORM , PRIME
CONTRACTOR WAIVER FORM, and/or the GOOD FAITH EFFORT FORM
("with Documentation") and/or the JOINT VENTURE FORM as appropriate. The Documentation
must be received by the managing department no later than 5 :00 p.m., five (5) City business days
after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of the
managing department to whom delivery was made. Such receipt shall be evidence that the
documentation was received by the City. Failure to comply shall render the bid non-responsive .
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a minority business enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE. The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal, State or local laws or ordinances
relating to false statements. Further, any such misrepresentation facts ( other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time of not less that three (3)
years.
12. AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City
reserves the right to reject any and/or all bids and waive any and/or all irregularities. No bid may be
withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM ,
PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM, and/or the JOINT
VENTURE FORM ("Documentation") as appropriate is received by the City. The award of contract, if
made, will be within ninety (90) days after this documentation is received, but in no case will the award
be made until all the responsibility of the bidder to whom it is proposed to award the contract has been
verified.
13. PAYMENT: The Contractor will receive full payment (minus retainage) from the City for all work for
each pay period. Payment of the remaining amount shall be made with the final payment, and upon
acceptance of the project .
Rev 3-13-09
14. ADDENDA: Bidders are responsible for obtaining all addenda to the contract documents prior to the bid
receipt time and acknowledging them at the time of bid receipt. Information regarding the status of
addenda may be obtained on-line on City's Buzzsaw site or by contacting the City 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 cov erage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a cov erage agreement (TWCC-81 ,
TWCC-82, TWCC-83, or TWCC-84), showing statutory worker's compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
Duration of the project-includes the time from the beginning of the work on the project until the
contractor's/person's work on the project has been completed and accepted by the governmental
entity.
Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees . This includes, without limitation, independent
contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials, or providing labor, transportation, or toner services related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors, office
supply deliveries, and delivery of portable toilets.
b. The contractor shall provided coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code, Section 401.011 (44) or all employees of the contractor
providing services on the project, for the duration of the project.
c. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
d. If the coverage period shown on the contractor's current certificate of coverage ends
during the duration of the project, the contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
e . The contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
(2) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate
of coverage ends during the duration of the project.
f. The contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter
g . The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any
change that materially affects the provision of coverage of any person providing services
on the project.
h. The contractor shall post on each project site a notice, in the text, form and manner
prescribed by the Texas Worker's Compensation Commission, informing all persons
providing services on the project that they are required to be covered, and stating how a
person may verify coverage and report lack of coverage.
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
(1) provide coverage, based on proper reporting on classification codes and payroll
amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas labor Code, Section 401.011 (44) for all of its employees
providing services on the project, for the duration of the project;
(2) provide to the contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
(3) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
(4) obtain from each other person with whom it contracts, and provide to the contractor:
(a) a certificate of coverage, prior to the other person beginning work on the
project; and
(b) a new certificate of coverage showing extension of coverage, prior to the end of
the coverage period, if the coverage period shown on the current certificate of
coverage ends during the duration of the project;
( 5) retain all required certificates of coverage 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 ar e 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. NONDISCRIMINATION: 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 of a bona fide
occupational qualification, retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, or employees, or person
acting on their behalf, shall specify, in solicitations or advertisements for employees to work on this
Contract, a maximum age limit for such employment unless the specified maximum age limit is based
upon a bona fide occupational qualification, retirement plan or statutory requirement.
Contractor warrants it will fully comply with the Policy and will defend, indemnify and hold City
harmless against any and all claims or allegations asserted by third parties against City arising out of
Rev 3-13-09
Contractor's alleged failure to comply with the above referenced Policy concerning age discrimination in
the performance of this Contract.
18. DISCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the
Americans with Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with, or current
employees of Contractor. Contractor warrants it will fully comply with ADA's provisions and any other
applicable federal state and local laws concerning disability and will defend indemnify and hold City
harmless against any claims or allegations asserted by third parties against City arising out of
Contractor's alleged failure to comply with the above-referenced laws concerning disability
discrimination in the performance of this Contract.
19. PROGRESS PAYMENTS, FINAL PAYMENT, PROJECT ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (les·s 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
03 -MWBE Documentation
3 .1 -MWBE Special Instructions
3.2 -MWBE Subcontractors/Suppliers
Utilization Form
3 .2.1 -MWBE Subcontractors/Suppliers
Utilization Form Change Orders
3 .3 -MWBE Prime Contractor Waiver
3.4 -MWBE Good Faith Report
3 .5 -MWBE Joint Venture
•
FORT WORTH
~ City of Fort Worth
ATTACHMENT 1A
Page 1 of4
~ I -·15 _ I ) ·, . 4 I ) • ~'
• ) I ,'i -' / ,)
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
McClendon Construction Co, Inc
PROJECT NAME: I MJW/DBE I xi NON-M/W/DBE
BID DATE
McAlister Rd From UPRR to IH-35W November 18, 2010
City's M/WBE Project Goal: I Prime's M/WBE Project Utilization: PROJECT NUMBER
17 % 18.2 % Proiect 01078
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of bid opening date,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offerer agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth. The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications ·
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas , Denton, Ellis , Kaufman and Rockwall counties.
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 2nc1 tier
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the time of bid opening within the Marketplace , that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business 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 . 5/30/03
FORTWORTH --...,...--•J I -_, ' I ,1 l -: : ; I,,..:.)
ATIACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e., Minority, Women and non-M/WBEs.
Please list M/WBE firms first, use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name I N T Detail Detail
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
T D w Telephone/Fax r B B R 0 B E E C T E
A
Scientific Const Group
5215 N O'Connor St 200 Roadway $84 ,899 .83
Irving , TX 75039 1 X X Illumination
972/868-9040
972/868-9001
Rubio Trucking
9000 Co Rd 513 Hauloff $20,848 .00
Alvarado, TX 76009 1 X X Trucking
817/829-3711 . .,_ ..
No Fax
Klutz Construction
PO Box 100263 Drainage $37,025.00
Ft Worth TX 76185 1 X X Construction
817/921-0990
Fax 817/921-0990
American Striping
11551 Ravenview Pavement $18 ,082.11
Dallas, TX 75253 1 X X X Markings
972/557-8565
Fax 972/557-4450
Green Scaping
8917 Cardinal Lane Seeding and $7,534 .00
N Richland Hills, TX 76180 1 X X X Sodding
817/577-9299
817/577-9331
Ricochet Fuel Distributors
1201 Royal Pkwy Fuel $10,725 .00
Euless, TX 76040 1 X X
817/268-5910
Fax 817/282-7497
Rev . 5/30/03
FORT WORTH ---..,..---I,' I
ATIACHMENT 1A
Page 3 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status; i.e ., Minority, Women and non-M/WBEs.
Please list M/WBE fimis first, use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name I N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D 1111 Telephone/Fax r B B R 0 B E E C T E
A
SAR Transportation Rock, Sand and
1101 Jarvis Rd Hauling (2nd tier $23,250.00
Saginaw, TX 76179 2 X X thru
817/232-2599 Southern Star
Concrete)
GJ Seeding LLC Seeding and
1080 S Burleson Blvd Sodding $15,660.00
Burleson, TX 76028 1 * X (*WBE
817/426-8284 CERTIFICATE
888/761-2077 PENDIN G)
H J G Trucking, Inc
701 Denair St Topsoil $2,650 .00
Ft Worth , TX 76111 1 X X Sand/Stone
817/834-7181
817 /834-8240
Rev. 5/30/03
f ORTWORTH ---..,..--j j -_; :)-I / ·1 / .. ' .. ..,
ATTACHMENT 1A
Page 3 of4
Primes are required to identify ALL subcontractors/suppliers, regardless of status ; i.e ., Minority, Women and non-M/WBEs .
Please list M/WBE firms first, use additional sheets if necessary .
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T Detail Detail
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D VII Telephone/Fax r B B R 0 B E E C T E
A
Southwest Const Services
11430 Newkirk St Silicone $6,591 .00
Dallas, TX 75229 1 X Joint Seal
214/879-9948
Fax 214/545-5402
Southern Star Concrete
8505 Freeport Pkwy Ready-Mix $189,162 .00
Irving , TX 75063 1 X Concrete
972/621-0999
Bamsco, Inc
2609 Willowbrook Rebar Supplier $58 ,002.00
Dallas, TX 75220 1 X
214/352-9091
Fax 214/379-0341
Beall Lime Co
1100 West Parkway Hydrated Lime $23 ,940 .00
Euless, TX 76040 1 X Slurry
817 /835-4000
Reynolds Asphalt
PO Box 370 HMAC Paving $59,605.00
Euless, TX 76040 1 X
817/267-3131
817/267-1878
SHUC Inc
310 Lee Lane Drainage Work $30,955.00
Weatherford , TX 76087 1 X
817 /596-9349
Rev. 5/30/03
FORT WOR TH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers
$
$
ATIACHMENT 1A
Page 4 of 4
$205,013.94
$361,664.00
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ $566,677.94
The Contractor will not make additions, deletions, or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offeror further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid . The 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(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offeror and barred from participating in
City work for a period of time not less than one (1) year.
Authorized Signature
President
Title
Mcclendon Construction Co, Inc
Company Name
PO Box999
Address
Burleson, TX 76097
City/State/Zip
Dan McClendon
Printed Signature
Contact Name/Title (if different)
817/295-0066
Telephone and/or Fax
dan@mcclendonconstruction .com
E-mail Address
November 22, 2010
Date
Rev. 5/30/03
-
-
-
-
04 -Bid Package
4.1 -Bid Proposal Workbook
4.6 -Vendor Compliance
PROPOSAL
TO: The Purchasing Department
City of Fort Worth, Texas
Fort Worth, Texas
11/18/2010
FOR: Paving and Drainage Improvements for McAlister Road from
Pacific Railroad to IH-35
City Project No .: 01078
UNITS/SECTIONS:
Unit 1 -PAVING, DRAINAGE, STRIPING & ILLUMINATION
Union
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 w it:
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.
City of Fort Worth Project Manager : DANA LECLAIRE
Project 01078 -MCALISTER RECONSTRUCTION
Unit/Section: PAVING, DRAINAGE, STRIPING, ILLUMINATION/C202-541200-206230107tl83
Date
City Project #
rour venaor
Number
Your 1:;ompany
Name
7403
McClendon Const Co Inc
Contractor lnatructlone:
FIii in grNn cello with your CFW Vendor ID, your Company Name and your bid amounts.
When your bid la completa , aave and cloae, allrt Buzzaaw and Add your propoul to the
folder with your Company Name within project'• Bid Reeponaea foldera .
BIO INCOMPLETE I Thi .. lncOfflf) notice wtn dluppelr upon completion of all g n Id, which 1ra niqult9d ore ubrnlttlng the bid
Bid Items
Line Number CPMS Record Number Matertal
1 ,m -vu124 ::serv1ceL:s
2 "'" -uu1UU
3 ,m -vu181
4 BID-01305 Other
:,;tee
service··"
service··"
SOIi
: erv1ce~"
0 : erv,ce ·"
1 : erv,ce ·"
12 oncre e
13 oncre e
14 oncre e
15 _, J ,( oncre e
16 -u 1i1 oncre e
17 ~I[ -uui1 oncre e
18 tl1U ·UUU81
tllU·UUUOL concre e
20 tllU-uulll Concrete
21 tllU-uu 112 concrete
22 tllU-uu 104 Concrete
23 tllU·UUUO't Concrete
B1U•UUU>f4 Rock
B1U-UU4U2 ::service .... ~
6 tllU-00424 :,;erv1ce1..->
1
8 B1U-UU4lltl Lime
9 B1U-UU4!ltl Lime
0 c1u-UU4~U Asonan
31 tllU-UU43U Asohalt
32 DIU-UU4t>.! 1.;oncre e
33 DIU-0042H (.;Oncre e
Description
MoD111za11on -::services 1L:s1
::storm water t'olluuon Prevention t'lan > 1 nan 1 AC ~vvr-r-r--install
1 ramc 1.;omro1 -ns1a11
M1sce11aneous -install ( I emp Aspna11 w,m t-1exoase ror I ramc 1.;omro1 (ts .. on ts .. )
SYll
,an-no,RCI ues,anauon -nsta11
ite Preoarat1on-c.;raa1na-uressina-t-ence-M1sc -serv,cecs rLs1
nciassme 1 rencn t:.xcavat,on & tsac1<1111 -1nsta11
111 Matena -Borrow -insta1:
rencn Sa •IV c,vs1em O t-00! Uemn -install
avement-Jnc1ass111ea street 1:xcavat1on -Kemove
10e-emove
ea< wall -nstall ~vv11
ea wall -nstall ,-·,v11
ox u ver •-41 t-x t--nstall
ox u ver -3 t-x t--nstall
an o e -nsta ,, Jts-1-u,-1~vv11
an o e -nsta
1pe-2 Inc -c~ -nsra11
t'loe-2 Inc -c ~ -nsra11
In et-Reces......,-1 Fl -nstall
In et-Recessec-1 Fl -nstall ,
In et-Dro04 Ft -nsra11 IGRA I t:UI
(.;nannel-Traoezoida -nstall
K IDKap-< Than 18 Inc Rock -Install
unveway -Kemove
1.;uro & uuner -Remove
wa1K -Kemove
SubQrade-nch-Lime ·,m11zed -1nsta1114u101;:, r 1
SubQrade-1me for :: a il1za ,on -1nsra11
Pavement sohalt-ns a r, HMACl
Pavement sona1t-ns a C-12" HMAC:l
Pavement-eader -nsta 11
Pavement concre e -Ins all rs 1N1.,M1
Unit of Measure
Lumo ::sum
Lumo ::sum
Lumo ::sum
Sauare Yard
Eac1
umo um
... uo,c an
... uo,c an
,near oo
... uo,c arc
inear oo
... uo1c arc
... uo,c arc
mear oo
mear oo
t:ac,
Eac,
Linear oot
Linear oot
ac,
ac,
ac,
u ,c ard
u ,c ard
auare oot
mear Foo
Quare Foot
sauare Yard
Ton
iauare Yarn
iauare Yarl
mear oo
iauare Yarl
Quantity
1.00
1 .00
1.00
1500.00
.00
.00
.I J
J
J
.J
.}
E >. )
! ). )
< ).00
1 5.00
5 .00
2 .00
1.00
2!:>U .00
20.UU
15100.uu
!l4U.UU
"'D.Jo .UU
:,uuu.UU
180.00
:>3U .00
2!l0.00
112.00
8450.00
Your Unit
Price
:IIL!l,(:>U.UU
$5.:1,.,, .uu
:5311.tl:>U.00
$40 .00
,11.>ou .UO
:534.llt>U .OO
:i;o .oo
;11.uu
:lil .UU
,13.UU
:i;:,.uu
,ruu.uo
,auu.UO
,1:>U .UO
140 .00
i3:>U.00
>L o.UO
iDO::>.UO
,1100 .UO
:!i2 .tf::>u .UO
:li2 .tf::>u .UO
:li1 ::,uu.UO
J12.UU
iDDL .00
iU .tlO
i2.00
iO.lll:I
,2.:,0
:li113 .00 ,."',.:,o
a>OL .UU
:li:>.UU
iD.>L .t>U
Your Bid
iDLO,(OU .UU
:lit>,3!:>U .00
;;,vl:f ,tlt>U .UU
$60 000.00
, /VU .00
.. ., .. 950.00
:li1 ::,uu .OO
.bL ouu.UU
.>Lu .UO
.rt~L ouu.UU
,;,,1:,u.00
po ,ouu.UO
p4 ,ouu .UU
pll,1 ou.OU
:Ii 3 . .>uu .UU
o3t>U .OU
poou .00
p1 OL::>.00
-~ ,180.00
:lil4 .,ov.OO
>Ull .01)
IC . ',, ,,
>L >f4l .l)O
;1 311:,.00
iH "'"u.UU
,::,ou .UU
""'' ,tl2t>.UU
61 BID-00121 Other Each
62 BID-00121 Other Each 4 .00 $305 .00 $1 220.00
63 BID-00175 PVC Linear Foot 1586.00 $5.65 $8,960 .90
64 BID-01306 Other Linear Foot 267 .00 $9.05 $2,416 .35
65 BID-01306 Other Linear Foot 5682 .00 $1.40 $7 ,954 .80
66 BID-01306 Other Linear Foot 1894.00 $1.05 $1 ,988 .70
67 BID-01306 Other Miscellaneous -Install REMOVE ELECTRICAL CONDUCTORS 600V LF Linear Foot 979 .00 $0 .25 $244 .75
68 BID-00121 01her Miscellaneous -Install GROUND BOXES NOM 16X23X12 WITH APRON Each 10.00 $865.00 $8 ,650 .00
69 BID-00121 Other Each 1.00 $465.00 $465 .00
70 BID-00121 Other Each 1.00 $60.00 $60 .00
71 Each
orce cc
ervices orce cc
Total Bid This Unit $1 ,125 ,078 .81
FINAL BID SUMMARY
BASE BIDS
Unit 1 -PAVING , DRAINAGE, STRIPING & ILLUMINATION $1 ,125,078.81
TOTAL BASE BID $1 ,125 ,078 .81
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 27 calend 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)
0 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.
/.
Nonresident bidders in the State of____, our principal place of business, are not
required to underbid resident bidders.
e 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 :
A ddendum No. 6 :
Respectfully submitted,
By:
Title: p (la 'E. 1J.e. ~ {--
Company :
Address :
McCkmdon Construction Co., Inc.
P.O. Box 999
Burleson , TX 76097
Date: ( ( ( / z3 / 2...0 I O
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)
0 The principal place of business of our company is in the State of
a. Nonresident bidders in the State of our princi pal place of
business, are required to be __ percent lower than resident
bidders by state law. A copy of the statute is attached .
b . Nonresident bidders in the State of our principal place of
business, are not required to underbid resident bidders.
~ The principal place of business of our company or our parent company
or majority owner is in the State of Texas .
BIDDER:
By :
Title :
Company :
Address :
Date :
McCIGndon Construction Co., Inc.
P.O. Box 999
Burl eson , TX 76097
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
-
-
05 -General and Special Conditions
5.6-Special Provisions (paving-drainage)
5.7 -Wage Rates
5.8 -Compliance with and Enforcement of Prevailing Wage Rates
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 SUBMIITAL ...................................................................................................................... SP-4
6. WATER FOR CONSTRUCTION .............................................................................................. SP-5
7 . SANITARY FACILITIES FOR WORKERS ............................................................................... SP-5
8. PAYMENT ................................................................................................................................ SP-5
9. SUBSIDIARY WORK ................................................................................................................ SP -5
10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC .......................................... SP-5
11. WAGE RATES .......................................................................................................................... SP-5
12. EXISTING UTILITIES ............................................................................................................... SP-6
13. PARKWAY CONSTRUCTION ................................................................................................. SP-7
14. MATERIAL STORAGE ............................................................................................................. SP-7
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS ......................................... SP-7
16. INCREASE OR DECREASE IN QUANTITIES ......................................................................... SP-7
17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS ............................................... SP-7
18. EQUAL EMPLOYMENT PROVISIONS .................................................................................... SP-8
19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE .................... SP-8
20. FINAL CLEAN-UP .................................................................................................................. SP-10
21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ....................... SP-10
22. SUBSTITUTIONS ................................................................................................................... SP-13
23. MECHANICS AND MATERIALMEN '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
41 . PAY ITEM 1 -MOBILIZATION-SERVICES ........................................................................... SP-18
42. PAY ITEM 2-STORM WATER POLLUTION PREVENTION> THAN 1 AC
SWPPP-INSTALL ................................................................................................................... SP-18
43 . PAY ITEM 3 -TRAFFIC CONTROL-INSTALL ...................................................................... SP-21
44. PRE BID ITEM 4-SIGN-PROJECT DESIGNATION-INSTALL. ........................................... SP-22
45. PAY ITEM 5-SITE PREPARATION-GRADING-DRESSING-FENCE-MISC: ...................... SP-22
46. PAY ITEM 6-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL ......... SP-22
City of Fort Worth. Texas
Speci al Provisions For Street and Ste nn Drain Improvements
PMO Re lease Date: 07/2 8/20 10
Pag e SP -1 of 49
47. PAY ITEM 7 -FILL MATERIAL-BORROW-INSTALL: ........................................................... SP-23
48. PAY ITEM 8 -TRENCH SAFETY SYSTEM 5 FOOT DEPTH-INSTALL ............................... SP-23
49. PAY ITEM 9 -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE ............ SP-23
50. PAY ITEM 10 -PIPE -REMOVE ............................................................................................. SP-24
51 . PAY ITEM 11/12 -HEADWALL-INSTALL ............................................................................. SP-24
52. PAY ITEM 13 -BOX CULVERT-4 FT X 2 FT-INSTALL ........................................................ SP-24
53. PAY ITEM 14-BOX CULVERT-3 FT X 2 FT-INSTALL ........................................................ SP-25
54 . PAY ITEM 15/16-MANHOLE-INSTALL ............................................................................... SP-25
55 . PAY ITEM 17 -PIPE-21 INCH-CL Ill-INSTALL ..................................................................... SP-25
56 . PAY ITEM 18 -PIPE-24 INCH-C L Ill-INSTALL ..................................................................... SP-25
57 . PAY ITEM 19/20 -INLET-INLINE-10FT-INSTALL AND INLET-15 FT-INSTALL .................. SP-26
58. PAY ITEM 21 -INLET-DROP-4 FT-INSTALL (GRATED) ..................................................... SP-26
59. PAY ITEM 22 -CHANNEL-TRAPEZOIDAL-INSTALL ........................................................... SP-26
60. PAY ITEM 23 -RIPRAP < 18 INCH ROCK-INSTAL L. ........................................................ SP-26
61 . PAY ITEM 24 -REMOVE EXISTING DRIVEWAYS .............................................................. SP-26
62. PAY ITEM 25 -CURB AND GUTIER-REMOVE .................................................................. SP-26
63. PAY ITEM 26 -WALK-REMOVE ........................................................................................... SP-27
64 . PAY ITEM 27 -SUBGRADE-8 INCH-LIME STABILIZED-INSTALL ...................................... SP-27
65 . PAY ITEM 28 -SUBGRADE-LIME FOR STABILIZATION-INSTALL .................................... SP-27
66 . PAY ITEM 29/30 -PAVEMENT ASPHALT -INSTALL (BID-00430): ................................... SP-27
67 . PAY ITEM 31 -PAVEMENT -HEADER-INSTALL. ............................................................ SP -27
68. PAY ITEM 32 -PAVEMENT-CONCRETE-INSTALL (9 INCH) .............................................. SP-28
69. PAY ITEM 33-CURB-7 INCH-INSTALL ............................................................................... SP-28
70. PAY ITEM 34 -DRIVEWAY-INSTALL (6 ............................................................................... SP-28
71. PAY ITEM 35 -WALK-INSTALL.. .......................................................................................... SP-28
72 . PAY ITEM 36 -WALK-ADA WHEELCHAIR RAMP-INSTALL. .............................................. SP-29
73. PRE BID ITEM 37 -FLAGMAN-RAILROAD RIGHT OF WAY-SERVICES ........................... SP-29
74. PAY ITEM 38 -VALVE BOX-ADJUSTMENTS-SERVICES .................................................. SP-30
75. PAY ITEM 39-PAVEMENT-PAVERS ON CONCRETE BASE-INSTALL ............................ SP-30
76. PAY ITEM 40 -MISCELLANEOUS-INSTALL-TYPE 1 MEDIAN NOSE ................................ SP -30
77. PAY ITEM 41 -FENCE-INSTALL .......................................................................................... SP-31
78. PAY ITEM 42 -TOPSOIL-INSTALL ...................................................................................... SP -31
79. PAY ITEM 43 -GRASS-SOD-INSTALL ................................................................................ SP-31
80. PAY ITEMS 44-55 -PAVEMENT MARKING-INSTALL ......................................................... SP-31
81 . PAY ITEMS 56-69 -STREET LIGHTING ITEMS -INSTALL ............................................... SP-32
82. PAY ITEM 70 -MISCELLANEOUS FORCE ACCOUNT-INSTALL ...................................... SP-32
83. PAY ITEM 71 -MISCELLANEOUS UTILITIES FORCE ACCOUNT-SERVICES ................. SP-32
84. NON PAY ITEM -PAVEMENT-SILICONE JOINT SEALANT-INSTALL ............................... SP-32
85. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ................. SP-36
86. NON-PAY ITEM -CLEARING AND GRUBBING ................................................................... SP-40
87. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ...................................................... SP-40
88. NON-PAY ITEM -PROTECTION OF TREES , PLANTS AND SOIL ...................................... SP-40
89. NON-PAY ITEM -CONCRETE COLORED SURFACE ......................................................... SP-40
90. NON -PAY ITEM -PROJECT CLEAN-UP .............................................................................. SP-41
91 . NON -PAY ITEM -PROJECT SCHEDULE ............................................................................. SP-41
(a) BASELINE CONSTRUCTION SCHEDULE ...................................................................... SP-42
(b) PROGRESS CONSTRUCTION SCHEDULE ................................................................... SP-43
(c) PERFORMANCE AND CONSTRUCTION SCHEDULE ................................................... SP-43
92. SCHEDULE TIERS SPECIAL INSTRUCTIONS .................................................................... SP-43
93. NON-PAY ITEM -NOTIFICATION OF RESIDENTS ............................................................. SP-44
94. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION ..... SP-44
95. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING ........................... SP-45
City of Fort Worth, Texas
Speci al Provisions For Street and Storm Dra in Improvements
PM O Release Date : 07/28/2010
Page SP-2 of 49
96 . NON-PAY ITEM -WASHED ROCK ....................................................................................... SP-45
97 . NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ..................................................... SP-45
98. NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES . SP-45
99. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE ............................................ SP-46
100. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ......................................................... SP-46
101 . NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS .................. SP-46
102. NON PAY ITEM -TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION CONTROL
(FOR DISTURBED AREAS LESS THAN 1 ACRE) ......................................................... SP-46
City of Fort Worth, Texa s
Special Provisions For Street and Storm Drain Imp rovements
PMO Release Da te : 07/28/2010
Page SP-3 of 49
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: Paving and Drainage Improvements
for McAlister Road from Union Pacific
Railroad to IH-35
CITY PROJECT NO.: 01078
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the
following : approximately 1,750 linear feet of 45 foot wide concrete street, approximately
320 linear feet of storm drain, approximately 3,000 linear feet of sidewalk, utility
adjustments, street lighting, pavement markings and signage, and at grade railroad
crossing 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: Contract will be awarded to the lowest responsive bidder .
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 of
its 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 construction of this project. Particular attention
should be given to methods of providing ingress and egress to adjacent private and
public properties, procedures for protecting existing improvements and disposition of all
materials to be removed. Proper consideration should be given to these details during
preparation of the Proposal and all unusual conditions that may give rise to later
contingencies should be brought to the attention of the City prior to the submission of the
Proposal.
During the construction of this project , it is required that all parkways be excavated and
shaped including bar ditches at the same time the roadway is excavated . Excess
excavation will be disposed of at locations approved by the ENGINEER. During
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 .
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.
City of Fort Worth. Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-4 of 49
6 . WATER FOR CONSTRUCTION : Water for construct ion will be furn ished 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 site . Specific attention is directed to
this equ ipment.
8. PAYMENT: The Contractor shall receive full payment from the City for all the work
based on unit prices bid on the proposal and specified in the plans and specifications
and approved by the ENGINEER per actual field measurement.
9. SUBSIDIARY WORK : Any and all work specifically governed by documentary
requirement for the projects , such as conditions imposed by the Plans , the General
Contract Documents or these special Contract Documents , in which no specific item for
bid has been provided for in the Proposal , sha ll be considered as a subsidiary item or
work , the cost of which shall be included in the pr ice bid in the Proposal for each bid
item , including but not limited to surface restoration cleanup and relocation of mailboxes.
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these spec ifications 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 RA TES : Compliance with and Enforcement of Prevailing Wage Laws
A Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas
Government Code (Chapter 2258), including the payment of not less than· the rates
determined by the City Council of the City of Fort Worth to be the prevailing wage
rates in accordance with Chapter 2258 . Such prevailing wage rates are included in
these contract documents.
B. Penalty for Violation .
A contractor or any subcontractor who does not pay the prevailing wage shall , upon
demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage
rates stipulated in these contract documents . This penalty shall be retained by the
City to offset its administrative costs, pursuant to Texas Government Code 2258 .023.
C. Complaints of Violations and City Determination of Good Cause.:.
On receipt of information , including a complaint by a worker, concerning an alleged
violation of 2258.023, Texas Government Code , by a contractor or subcontractor, the
City shall make an initial determination , before the 31st day after the date the City
receives the information , as to whether good cause exists to believe that the violation
occurred . The City shall not ify in writing the contractor or subcontractor and any
City of Fort Worth, Te xas
Special Provisions For Street and Storm Drain Improvements
PMO Release Da te: 07/28/2010
Page SP-5 of 49
affected worker of its initial determination . Upon the City 's determination that there is
good cause to believe the contractor or subcontractor has violated Chapter 2258 , the
City shall reta i n the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates , such
amounts being subtracted from success ive progress payments pending a final
determination of the violat ion .
D. Arbitration Required if Violation Not Resolved .
An issue re lating to an alleged violat ion of Section 2258 .023 , Texas . Government
Code , including a penalty owed to the C ity or an affected worker, shall be submitted
to bi nd ing a r bitration in accordance with the Texas General Arbitration Act (Article
224 et seq ., Rev ised Statutes) if the contractor or subcontractor and any affected
worker do not resolve the issue by agreement befo re the 15th day after the date the
Ci t y makes its initia l determination pursuant to paragraph (c) above . If the persons
requ ired t o arbitrat e under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required , a d istrict court shall appoint an arbitrator
on the petit ion of any of the persons. The City is not a party in the arbitration . The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction .
E. Records to be Maintained .
The contractor and each subcontractor shall , for a period of three (3) years following
t he date of acceptance of the work, maintain records that show (i) the name and
occupatio n 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 perta in 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 prevail ing 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 .
(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
respons i bility to verify location of adjacent and/or conflicting utilities sufficiently in
advance of construction in order that he may negotiate such local adjustments as are
necessary in the construction process in order to provide adequate clearance . The
City of Fort Worth, Texas
Specia l Provisions Fo r Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-6 of 49
Contractor shall take all necessary precautions in order to protect all services
encountered .
Any damage to utilities and any losses to the utility 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 parkways be excavated and shaped at the same t ime the roadway is excavated .
Excess excavat ion 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 from the property owner.
15 . PROTECTION OF EXISTING UT ILITIES AND IMPROVEMENTS : The Contractor shall
take adequate measures to protect all exist ing 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 , locat ion and
depth , they are shown on the plans as the best information ava ilable 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 addit ional 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
waiv ing 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 inv itees, 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
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07128/2010
Page SP-7 of 49
destruction to property of the City ar ising from the performance of any of the terms and
conditions of this Contract, whether or not any such injury or damage is caused in
whole or in part by the negligence or alleged negligence of City, its officers,
servants or employees.
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment , final payment shall not be made unt il Contractor
either (a) submits to City sat isfactory ev idence that the claim has been settled and/or a
release from t he 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 Directo r may , if deemed appropriate, refuse to accept bids on othe r City of Fort
Worth publ ic work from a Cont ractor against whom a claim for damages is outs t and ing
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 Ord inance Number 7400 (Fort Worth City Code
Secti ons 13-A-2 1 through 12-A-29) prohibiting discrimina t ion 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 subm itted within fine (5) city business days after
bid open ing. Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to prov ide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE)
on the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any books , records or files in its possession that will substantiate the
actual work performed by an MBE and/or WBE . The misrepresentation of acts ( other
than a negligent misrepresentation) and /or the commission fraud by the Contractor will
be grounds for terminat ion 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 commiss ion 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 w ill 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 be ing rendered non-responsive to
specifications .
City of Fort Worth, Texas
Special Provisions Fo r Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-8 of 49
Contractor shall provide copies of subcontracts or co-signed letters of intent with
approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor
shall also provide monthly reports on utilization of the subcontractors to the City's
M/WBE office.
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals. The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint venture equal to the percentage of the M/WBE
participat ion in the joint venture for a clearly defined portion of the work to be performed.
All M/WBE Contractors used in meeting the goals must be certified prior to the award of
the Contract. The M/WBE Contractor(s) must be certified by either the North Central
Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation
(TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid . The Contractor shall contact
all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE utilization
or good faith effort forms as applicable . Failure to contact the listed M/WBE
subcontractor or supplier 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:
Ci ty of Fo rt Worth , Texas
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.
Special Prov isions For St reet and Sto rm Dra in Improvements
PMO Re lease Date: 07/28/2010
Page SP-9 of 49
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 ROW. is cleaned up to the
satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of
the work before acceptance by the City or its representative . This cleanup shall include
removal of all objectionable rocks, pieces of asphalt or concrete and other construction
materials, and in general preparing the site of the work in an orderly manner and
appearance.
21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW :
A. Workers Compensation Insurance Coverage
1. DEFINITIONS :
2. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a
certificate of authority to self-insure issued by the commission , or a coverage
agreement (TWCC-81, TWCC-82, TWCC-83, OR TWCC-84), showing statutory
workers' compensation insurance coverage for the person's or entity's employees
providing services on a project, for the duration of the project. Duration of the
project-includes the time from the beginning of the work on the project until the
Contractor's/person's work on the project has been completed and accepted by
the governmental entity.
Persons providing services on the project ("subcontractor" in §406 .096)-includes
all persons or entities performing all or part of the services the Contractor has
undertaken to perform on the project, regardless of whether that person
contracted directly with the Contractor and regardless of whether that person has
employees. This includes, without limitation, independent Contractors ,
subcontractors, leasing companies , motor carriers , City-operators, employees of
any such entity, or employees of any entity which furnishes persons to provide
services on the project. "Services" include, without limitation, providing , hauling ,
or delivering equipment or materials, or providing labor, transportation , or other
services related to a project. "Services" does not include activities unrelated to
the project, such as food/beverage vendors , office supply deliveries , and delivery
of portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification
codes and payroll amounts and filing of any coverage agreements, which meets
the statutory requirements of Texas Labor Code, Section 401 .011 (44) or all
employees of the Contractor providing services on the project , for the duration of
the project.
3. The Contractor must provide a certificate of coverage to the governmental entity
prior to being awarded the contract.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07128/2010
Page SP-10 of 49
4 . 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.
5. The Contractor shall obtain from each person providing services on a project , and
provide to the governmental entity:
(a) 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 serv ices on the project; and
(b) no later than seven days after rece ipt 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.
6. The Contractor shall retain all required certificates of coverage for the duration of
the project and for one year thereafter.
7. 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.
8. 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 .
9. The Contractor shall contractually require each person with whom it contracts to
provide services on a project, to :
(a) 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 ;
(b) 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 provid ing services on the project, for the duration of
the project;
(c) 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 ;
(d) obtain form each other person with whom it contracts , and provide to the
Contractor:
City of Fort Worth, Texas
Special Provision s For Street and Storm Dra in Improvements
PMO Re/ease Date: 07128/2010
Page SP-11 of 49
i. a certificate of coverage, prior to the other person beginning work on the
project ; and
ii. a new certificate of coverage show ing 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;
iii. retain all requ ired certificates of cove rage on file for the duration of the
proj ect and for one year thereafter .
iv . not ify the governmental entity in writ ing by certified mail or personal
de li very , within ten (10) days after t he person knew or should have known ,
of any change that materially affects the provision of coverage of any
pe rson prov iding services on the project ; and
v . 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 .
10 . 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 report ing of class ification codes and payroll
amounts , and that all coverage agreements w ill 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 admin istrative , criminal , civil penalties or othe r civil
actions .
11 . 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
receip t of notice of breach from the governmental ent ity .
8 . The Contractor shall post a notice on each proj ect site informing all persons provid ing
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 . Th is
notice does not satisfy other posting requirements imposed by the Texas Worker's
Compensation Act or other Texas Worker's Commission rules. This notice must be
printed with a title in at least 30 point bold type and text in at least 19 point normal
type, and shall be in both English and Spanish and any other language common to
the Worker population . The text for the notices shall be the following text , without
any additional words or changes :
"REQUIRED WORKER'S COMPENSATION COVERAGE "
The law requ ires that each person working on this site or providing services related to
this construction project must be covered by worker's compensation insurance. This
includes persons providing , hauling , or delivering equipment or materials , or
City of Fort Worth, Texas
Special Provisions For Street and Storm Drai n Improvements
PM O Re lease Date : 07/28/2010
Page SP-12 of 49
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 Compensat ion 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
substitut ions 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 substitutes is
procured by the Contractor. 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 accompl ish the intended purpose. However, the Contractor shall
have the full responsibility of providing that the proposed substitution is , in fact, equal,
and the ENGINEER, as the representative of the City, shall be the sole judge of the
acceptab ility of substitutions. 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 Cont ractor shall be required to execute
a release of mechan ics 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 w ill not be issued until all utilities, right-
of-ways , easements and/or permits are cleared or obtained . The Contractor shall not
hold the City of Fort Worth responsible for any delay in issuing the work order for this
Contract.
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 , 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 .
27. CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two
following published specificat ions , except as modified by these Special Provisions :
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS
City of Fort Worth, Texas
Special Provisions For Street and Storm Dra in Improvements
PMO Release Date : 07128120 1 O
Page SP-13 of 49
A copy of either of these specifications may be purchased at the Office of the
Department of Transportation and Public Works, 1000 Throckmorton Street , 2nd Floor,
Municipal Building , Fort Worth , Texas 76102 . The specifications applicable to each pay
item are indicated in the call-out for the pay item by the ENGINEER. General Provisions
shall be those of the Fort Worth document rather than Div ision 1 of the North Central
Texas document.
28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in th is
project due to faulty materials and workmanship , or both , for a period of two (2) years
from date of f ina l acceptance of this proj ect and will be required to replace at his
expense any part or all of the project wh ich becomes defective due to these causes .
29 . DELAYS : The Contractor shall receive no compensat ion for delays or hindrances to the
work, except when direct and unavo idable extra cost to the Contractor is caused by the
failure of the Ci ty to provide information or material, if any , which is to be furnished by the
City. When such extra compensat ion is claimed a written statement thereof shall be
presented by the Contractor to the Director of the T ransportation 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 act ion thereon by the Counci l 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 fa ilure of the City to provide material
or necessary instruct ions for carrying on the work , then such delay will entitle the
Contractor to an equivalent extension of time , his application for which shall, however, be
subject to the approval of the City Council; and no such extension of time shall release
the Contractor or the surety on his performance bond form all his obligations hereunder
which shall remain in full force until the discharge of the contract.
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 Specifications
"Barriers and Warning and/or Detour Signs," Item 524 and/or as shown on the plans .
Construction signing and barricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways "
31 . DISPOSAL OF SPOIUFILL MATERIAL: Prior to the dispos ing of any spoil/fi ll material ,
the Contractor shall advise the Director of the Department of Transportation and Public
Works acting as the City of Fort Worth 's Flood Plain Administrator ("Administrator"), of
the location of all sites where the Contractor intends to dispose of such material.
Contractor shall not dispose of such material until the proposed sites have been
determined by the Administrator to meet the requirements of the Flood Plain Ordinance
of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved by
the Admin istrator to ensure the filling is not occurring within a flood pla in without a permit.
A flood plain permit can be issued upon approval of necessary engineering studies. No
fill permi t 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 Admin istrator 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 obta ining the fill perm it , including any
City of Fort Worth, Texas
Specia l Prov isions For Street and Storm Drai n Improvements
PM O Release Date: 07/28/2010
Page SP-14 of 49
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 onsite 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:
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 :
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07 /2812010
Pa ge SP-15 of 49
"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 (TU Electr~c Service Company) which w ill 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 ma intain an accurate log of all such calls to
TU Elect ric Service Company and shall record act ion taken in each case .
D. The Contractor is required to make arrangements w ith the TU Electric Service
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 facil ities and
shall be provided adequate and appropriate workspace in order to conduct audits in
compliance with the prov isions of this section . The City shall give Contractor
reasonable advance notice of intended aud its .
B. Contractor further agrees to include in all its subcontracts hereunder a provision to
the effect that the subcontractor agrees that the City shall, under the expiration of
three (3) years after final payment under the subcontract, have access to and the
right to examine and photocopy any directly pertinent books , documents , papers and
records of such subcontractor involving transactions to the subcontract and further ,
that City shall have access during normal working hours to all subcontractor facilities
and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this article together with 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
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Re lease Da te : 07/28/2010
Page SP-16 of 49
at the rate published in the Texas Admin istrative 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 failure to maintain the contract schedule ,
the following process shall be applicable :
The work progress on all construction projects will be closely monitored . On a bi-monthly
basis the percentage of work completed will be compared to the percentage of time
charged to the contract. If the amount of work performed by the Contractor is less than
the percentage of time allowed by 20% or more (example : 10% of the work completed in
30% of the stated contract time as may be amended by change order), the following
proactive measures will be taken:
1. A letter will be mailed to the Contractor by certified mail, return receipt requested
demanding that, within 10 days from the date that the letter is received, it provide
sufficient equipment, materials and labor to ensure completion of the work within
the contract time . In the event the Contractor receives such a letter, the
Contractor shall provide to the City an updated schedule showing how the project
will be completed within the contract time .
2. The Project Manager and the Directors of the Department of Transportation and
Public Works and the Water Department , will be made aware of the situation. If
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-17 of 49
necessary , the City Manager's Office and the appropriate city council members
may also be informed .
3. Any not ice 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 rece ipt of the Contractor's response , the appropriate City departments and
direct ors will be notified. The Transportation and Public Works Department 's
Publ ic Information Officer will , if necessary , then forward updated notices to the
int erested individuals .
5. If the Co ntractor fails to provide an acceptable schedule or fails to perform
sa ti sfactorily a second time prior to the completion of the contract, the bonding
company w ill be notified appropriately .
40 . AIR POLLUTION WATCH DAYS: The Contracto r shall be required to observe the
following gu idelines relat ing to working on City construction sites on days designated as
"AIR POLLUT ION 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
FORMAT ION .
The Texas Commiss ion on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the
afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the
Contractor sha ll bear the responsibility of be ing 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 equ ipment 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 Contracto r 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 Ai r Pollution Watch
Day , the calendar days allowed may be adjusted .
CONSTRUCTION
41. PAY ITEM 1 -MOBILIZATION -SERVICES (BID-00124):
See Standard Specifications Item No . 101, "Mob ilization " for specifications govern ing this
item. Payment shall be made per lump sum as shown on the proposal as full
compensation for all items contained in the project mobilization .
42. PAY ITEM 2 -STORM WATER POLLUTION PREVENTION > THAN 1 AC SWPPP-
INSTALL (BID-00100):
City of Fort Worth , Texas
Specia l Provisions For Street and Storm Drain Improvements
PMO Release Date : 0712812010
Page SP-18 of 49
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
Act ivity). 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 Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual).
Not all of the structural controls discussed in the BMP Manual will necessarily apply to
this project. Best Management Practices are const ruction 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 retent ion 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-construct ion 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 OVERNl~HT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin, TX 78753
Notice of Termination (NOT): For all sites that qualify as Large Construction Activity , the
Contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form
prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the
requirement of the permit.
The NOT should be mailed to:
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/2812010
Page SP-19 of 49
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 St ree t
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 Comm ission 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 stabilizat ion 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 construct ion 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
City of Fort Worth, T exas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP -20 of 49
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 ,
i nterceptor swales , sed iment traps and basins , pipe slope dra in, 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 Implementat ion: Payment shall be made per lump sum as shown
on the proposal as full compensat ion for all items contai ned in the project SWPPP .
43 . PAY ITEM 3-TRAFFIC CONTROL-INSTALL (BID-00181):
The contracto r will be required to obtain a "St reet Use Permit" prior to start ing work . As
part of the "Street Use Permit" a traffic control plan is required . The Contractor shall be
responsible for prov iding traffic control during the construction of this project consistent
with the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic
Control Devices for Streets and Highways " issued under the authority of the "State of
Texas Uniform Act Regulating Traffic on Highways ," codi fi ed as Article 6701d Vernon 's
Civ il Statutes , pertinent sections being Sect ion Nos . 27 , 29 , 30 and 31 .
Unless otherwise included as part of the Construct ion documents , the Contractor shall
submit a traffic control plan (duly sealed , signed and dated by a Reg istered 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 beg in 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 871-7738)
to remove the sign . In the case of regulatory signs , the Contractor must replace the
permanent sign w ith a temporary sign meeting the requ irements 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 requ ired
specifications , the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled , the Contractor shall again contact the Signs and
Markings Division to reinstall the permanent sign and shall leave his temporary sign in
place until such reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods " as
determination by the City Traffic Eng ineer.
City of Fort Worth. Texas
Special Prov isions For Street and Storm Drain Improvements
PM O Release Date: 07/28/2010
Page SP-21 of 49
All temporary signs , barricades, warning lights , temporary pavement , flex base, traffic
barriers, message boards , and other miscellaneous traffic control measures shall be
included in the lump sum pay item for traffic control.
The lump sum pay item for traffic control shall cover design , and / or installation and
maintenance of the traffic cont rol plans .
44. PRE BID ITEM 4 -SIGN-PROJECT DESIGNATION-INSTALL (BID-00504):
The Contractor shall construct and install two (2) Project Des ignat ion Signs and it will be
the respons ibility of the Contractor to main t ain t he signs in a presentable cond it ion at all
times on each project under construction . Ma intenance will include pa inting and repairs
as directed by the ENGINEER.
It will be the respons ibility of the Contractor to have t he ind ividua l project signs lettered
and painted in accordance w ith the enclosed deta il. The qua lity of the paint , painting and
lettering on the signs shall be approved by the ENGINEER. The height and arrangement
of the lettering shall be in accordance with the enclosed detail. The sign shall be
constructed of %" fir plywood, grade A-C (exterior) or better. These signs shall be
installed on barricades or as directed by the ENGINEER and in place at the project site
upon commencement of construction .
The work, which includes the painting of the signs , installing and removing the signs ,
furnishing the materials, supports and connect ions to the support and maintenance shall
be to the satisfaction of the ENGINEER.
A unit price bid per each has been assigned to th is item (see Proposal). The assigned
unit price will be full payment for materials includ ing all labo r, equ ipme nt, tools and
incidentals necessary to complete the work.
45 . PAY ITEM 5 -SITE PREPARATION-GRADING-DRESSING-FENCE-MISC (BID-
01196):
See Standa rd Specifications Item No . 100 , "Preparing Right of Way" for specifications
governing th is item . Payment shall be made per lump sum as shown on the proposal as
full compensation for all items contained in the project site preparation .
46 . PAY ITEM 6 -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 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 mate ri al shall become the property of
the Contractor to be hau led off the site and disposed of properly. Unacceptable material
City of Fort Worth. Texas
Special Provis ions For Street and Storm Drai n Improvements
PM O Release Date: 07/28/201 O
Page SP -22 of 49
shall be, but not limited to : rocks, concrete , asphalt , debris , etc. The cost for removal
and disposal of unacceptable material shall be subsid iary to the unit prices .
47. PAY ITEM 7 -FILL MATERIAL-BORROW-INSTALL (BID-00543):
The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or
less , a plasticity index between 8 and 20 , a min imum of 35 percent pass ing the No . 200
sieve , a minimum of 85 percent passing the No . 4 sieve , and which are free of organics
or other deleterious materials . When compacted to the recommended moisture and
density , the material should have a maximum free swell value of 0.5 percent and a
maximum hydraulic conductivity (permeab ility) of 1 E-05 cm/sec , as determined by
laboratory testing of remolded specimens of the actual materials proposed for the non-
expansive earth fill.
The price bid per cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in
the Proposal will be full payment for materials necessary to complete the work for that
item .
48. PAY ITEM 8-TRENCH SAFETY SYSTEM 5 FOOT DEPTH-INSTALL (BID-00372):
Description : This item will consist of the bas ic 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 compensat ion 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 ITEM 9 -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID-
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 .
City of Fort Worth , Texas
Special Provisions For Street and Storm Dra in Improvements
PM O Re lease Date: 07/28/2010
Page SP-23 of 49
Operat ions 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 excavat ion will be disposed
of at locations approved by the ENGINEER.
The intent ion of the City is to pay only the plan quantity w ithout measurement. Should
either cont ractin g party be able t o show an error in the quantities exceeding 10 percent ,
then actua l quantities will be paid for at the unit prices bid. The party requesting the
payment of actua l rather than plan qua ntit ies is responsib le fo r bearing any survey and/or
measurement cos ts necessary to verify the actua l quant it ies.
50 . PAY ITEM 10 -PIPE-REMOVE (BID-00080):
See Standard Specifications Item No. 100 , "Preparing Right of Way " for specifications
governing this item .
The price bid per linear foot of varying sizes of existing reinforced concrete pipe removed
as shown in the Proposal will be full payment for materials including all labor, equipment ,
tools and incident als necessary to complete the work .
5 1. PAY ITEM 11/12 -HEADWALL-INSTALL (BID-00069):
Th is item will consist of the furn ishing and placing at varying types of concrete headwalls
where indicated on the plans, as specified in these specifications and at other locations
as may be d irected by the ENGINEER.
See TxDOT Standard Specifications Item No . 466 , "Headwalls and Wingwalls" and
TxDOT standard details included in the Proposal for specifications governing this item.
The price bid per each headwall as shown in the Proposal will be full payment for
materials including all labor, equipment , tools and incidentals necessary to complete the
work .
52 . PAY ITEM 13 -BOX CULVERT-4 FT X 2 FT-INSTALL (BID-00872):
Th is item will consist of the furnishing and placing 4ftx2ft reinforced concrete box where
indicated on the plans , as specified in these specifications and at other locations as may
be directed by the ENGINEER.
See Standard Specifications Item No. 441, "Precast Reinforced Concrete Box
Select ions " for specifications governing this item.
The price bid per linear foot of reinforced concrete box as shown in the Proposal will be
full payment for materials including all labor, equipment , tools and incidentals necessary
to complete the work .
C ity of Fort Worth , T exas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 0712812010
Page SP-24 of 49
53 . PAY ITEM 14 -BOX CULVERT-3 FT X 2 FT-INSTALL (BID-00870):
This item will consist of the furnishing and placing 3ftx2ft reinforced concrete box where
indicated on the plans , as spec ified in these specifications and at other locations as may
be directed by the ENGINEER.
See Standard Spec ifications Item No . 441 , "Precast Reinforced Concrete Box
Select ions " for specificat ions governing th is item .
The price bid per linear foot of reinforced concrete box as shown in the Proposal will be
full payment for materials including all labor, equ ipment , tools and incidentals necessary
to complete the work.
54 . PAY ITEM 15/16-MANHOLE-INSTALL (BID-001 18):
An alternative method of cons t ruction for these items will be "Pre-Cast " manholes . If the
Contractor des ires to use this method , he must submit details for the construction to the
Transportation and Public Works Department for review and approval if said details are
acceptable. The Pre-Cast construction must be equal or superior to the strength
requ irements for this item as set out in Item 444, "Manholes and Inlets " and said
construction shall be in compliance with all other requirements of Item 444 where
applicable .
The price bid per each manhole as shown in the Proposal will be full payment for
materials includi ng all labor , equipment , tools and incidentals necessary to complete the
work.
55 . PAY ITEM 17 -PIPE-21 INCH-CL Ill-INSTALL (BID-00081):
This item will consist of the furnishing and placing 21 inch reinforced concrete pipe where
indicated on the plans , as specified in these specifications and at other locations as may
be directed by the ENGINEER.
See Standard Specifications Item No . 440 , "Reinforced Concrete Culvert Pipe " for
specifications governing this item.
The price bid per linear foot of reinforced concrete pipe as shown in the Proposal will be
full payment for materials including all labor, equipment , tools and incidentals necessary
to complete the work .
56 . PAY ITEM 18 -PIPE-24 INCH-CL Ill-INSTALL (BID-00082):
This item will consist of the furnishing and placing 24 inch of reinfo rced concrete pipe
where indicated on the plans , as specified in these specifications and at other locations
as may be directed by the ENGINEER.
See Standard Specifications Item No . 440 , "Reinforced Concrete Culvert Pipe" for
specifications governing this item.
The price bid per linear foot of reinforced concrete pipe as shown in the Proposal will be
full payment for materials includ ing all labor, equ ipment , tools and incidentals necessary
to complete the work .
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-25 of 49
57. PAY ITEM 19/20-INLET-INLINE-10FT-INSTALL (810-00106) AND INLET-15 FT-
INSTALL (810-00107):
An alternative method of construction for these items will be "Pre-Cast" inlets . If the
Contractor desires to use this method, he must submit details for the construction to the
Transportation and Public Works Department for review and approval if said details are
acceptable. The Pre-Cast construction must be equal or superior to the strength
requirements for this item as set out in Item 444 , "Manholes and Inlets " and said
construction shall be in compliance with all other requirements of Item 444 where
applicable .
The price bid pe r each inlet as shown in the Proposal will be f ull payment for materials
including all labo r, equipment , tools and incidenta ls necessary to complete the work.
58. PAY ITEM 21 -INLET-DROP-4 FT-INSTALL (GRATED) (BID 00104):
This item sha ll cons ist of the work , labor, materials and equipment required to install
grate inlets at the locations shown in t he plan set in accordance with Texas Department
of Transportation Item 465 as defined by the "Standard Specifications for Construction of
Highways , Streets and Bridges , 2004 " and the referenced standard TxDOT details .
Measurement and payment shall be made on the basis of pri ce bid per each g rate in let
installed .
59. PAY ITEM 22-CHANNEL-TRAPEZOIDAL-INSTALL (810-00064):
See Standard Specifications Item No . 110 , "Unclassified Street Excavation" and Item No .
114 , "Embankment" for specifications governing this item . Item will be paid on a cubic
yard basis .
60 . PAY ITEM 23 -RIPRAP < 18 INCH ROCK-INSTALL (810-00094):
This item shall consist of placing rock riprap and geotextile in locations specified by the
ENGINEER on the plans and in accordance with Texas Department of Transportation
Item 432 as defined by the "Standard Specifications for Construct ion of Highways ,
Streets and Bridges, 2004 ". The unit price bid will be full payment for materials including
all labor, equipment, tools and incidentals necessary to complete the work . Item will be
paid on a cubic yard basis.
61. PAY ITEM 24-REMOVE EXISTING DRIVEWAYS (810-00402):
This item includes removal of existing concrete sidewalks, driveways, steps , leadwalks
and wheelchair ramps at location shown on the plans or as designed by the ENGINEER.
See Standard Specifications Item No. 100 , "Preparing Right of Way " for specifications
governing this item . Item will be paid on a square foot basis.
62 . PAY ITEM 25-CURB AND GUTIER-REMOVE (810-00424):
Where shown on the plans or where des ignated by the ENGINEER, existing curb and or
gutter and existing laid down curb shall be removed and disposed of in a manner
satisfactory to the ENGINEER. Measurement will be by the linear foot for curb and
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/2812010
Page SP-26 of 49
gutter, laydown curb removed , and for all labor, tools , and incidentals necessary to
complete the job .
63 . PAY ITEM 26 -WALK-REMOVE (BID-00529):
See Standard Specifications Item No . 100, "Preparing Right of Way" for specifications
governing this item .
The price bid per square foot of ex isting sidewalk removed as shown in the Proposal will
be full payment for materials includ ing all labor, equipment, tools and incidentals
necessary to complete the work .
64 . PAY ITEM 27 -SUBGRADE-8 INCH-LIME STABILIZED-INSTALL (BID-00486):
See Standard Specifications Item No . 21 O,"Lime Treatment (Material Manipulation)" for
specifications govern ing this item . Quantities for this pay item are approximate and are
given only to establ ish a unit price for the work .
The price bid per square yard for 8" thick lime stabilized subgrade as shown in the
Proposal will be full payment for all labor, equipment, tools and incidentals necessary to
complete the work
65 . PAY ITEM 28 -SUBGRADE-LIME FOR STABILIZATION-INSTALL (BID -00496):
See Standard Specifications Item No. 212 , "Hydrated Lime and Lime Slurry " for
specifications governing this item. Quantities for this pay item are approximate and are
given only to establ ish a unit price for the work .
The price bid per ton for lime for subgrade stabilization as shown in the Proposal will be
full payment for materials necessary to complete the work.
66. PAY ITEM 29/30-PAVEMENT ASPHALT-INSTALL (BID-00430):
This item will consist of the furnishing and placing at varying thicknesses 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 square yard of HMAC Transition as shown in the Proposal will be full
payment for materials including all labor, equ ipment , tools and incidentals necessary to
complete the work .
67 . PAY ITEM 31 -PAVEMENT-HEADER-INSTALL (BID -00462):
See Standard Specifications Item No. 514 , "Reinforced Concrete Header" for
specifications govern ing this item . Contractor shall install per plan details.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-27 of 49
The price bid per linear foot of pavement header as shown in the Proposal will be full
payment for materials including all labor, equ ipment , tools and incidentals necessary to
complete the work .
68 . PAY ITEM 32 -PAVEMENT-CONCRETE-INSTALL (9 INCH) (BID-00429):
A. All applicable prov isions of standard Specificat ions Item 314 "Concrete Pavement ,"
shall apply . 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
paymen t fo r all labor, material , equipment and inc identals necessary to complete the
work .
B. Concrete pavement acceptance sha ll be as set fort h in "Co ncrete Pavement
Acceptance " within these Special Provis ions.
C. All concrete pavement not placed by ha nd s hall be placed us ing a fully automated
pav ing machine as approved by the ENGINEER. Screeds will not be allowed except
if approved by the ENG INEER.
D. All concrete for pavement shall have minimum compressive strength 3600 psi at 28
days. Reference Geotechn ical Report .
69. PAY ITEM 33-CURB-7 INCH-INSTALL (BID-00843):
The Contractor may, at his option , construct either integral or superimposed curb .
Standard Specificat ion Item 502 shall apply except as follows : Integral curb shall be
constructed along the edge of t he pavement as an integral part of the slab and of the
same concrete as the slab. The concrete for the curb shall be depos ited 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 pa id for the curb shall be reduced by 25% until the
backfill operation is complete .
The price bid per linear foot of curb as shown in the Proposal will be full payment for
materials including all labor, equipment , tools and incidentals necessary to complete the
work.
70 . PAY ITEM 34 -DRIVEWAY-INSTALL (6" CONCRETE) (810-00401):
See Standard Specification Item No . 504 , "Concrete Sidewalks and Driveways " for
specifications governing this item as well as details S-S5 and S-S5A. The price bid per
square foot for 6" concrete driveway, 6" flex base , and 7" curb and gutter installed as
shown in the Proposal will be full payment for mate rials includ ing all labor, equipment,
tools and incidentals necessary to complete the work .
71 . PAY ITEM 35-WALK-INSTALL (BID-00528):
Concrete flatwork is defined as curb, curb and gutter, sidewalks , leadwalks , wheelcha ir
ramps and driveways as shown in the plans. Th is provision governs the sequence of
work re lated to concrete flatwo rk and shall be considered a supplement to the
City of Fort Worth, Texas
Special Pro vi sions For Street and Storm Drain Improvements
PM O Release Date: 07128/20 10
Page SP-28 of 49
specifications governing each spec ific item . See Standard Specifications Item No . 504 ,
"Concrete Sidewalks and Driveways ," for specifications governing this 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 Divis ion , TPW
Requi red backfilling and fin ished grad ing 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 fin ished grading .
The price b id per square foot fo r s idewalk as s hown in the Proposal will be full payment
for materials necessary to comple te the work for that item .
72 . PAY ITEM 36-WALK-ADA WHEELCHAIR RAMP-INSTALL (BID-01227):
Concrete flatwork is defined as curb , cu rb and gu tter, sidewalks , leadwalks , wheelchair
ramps and driveways as shown in the plans. This provision governs the sequence of
work related to concrete flatwork and shall be considered a supplement to the
specifications governing each specific item . See Standard Specifications Item No . 504 ,
"Concrete Sidewalks and Driveways ," for specifications governing this 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 each ramp installed 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 .
73 . PRE BID ITEM 37 -FLAGMAN-RAILROAD RIGHT OF WAY-SERVICES (BID-00582):
This item shall be paid on a lump sum basis . The Contractor will be responsible for
paying all invoices from the Union Pacific Rail Road Company (UPRR) regarding all
costs and expenses incurred by UPRR in connection with providing personnel during
construction in the vicinity of their railroad lines . The cost of UPRR services provided by
UPRR , when deemed necessary by the UPRR representative, will be borne by the
Contractor. For bidding purposes, 6 weeks have been included in the allowance for work
within 25 ' of the centerline of the track.
The Contractor shall be responsible for notifying UPRR prior to boring activities beneath
UPRR tracks or prior to constructing within 25 ' of rail road center line, as well as notifying
UPRR immed iately upon completion of work beneath UPRR tracks. Failure of the
City of Fort Worth , Texas
Specia l Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-29 of 49
Contractor to provide proper notification to UPRR of completion of work beneath UPRR
tracks will not be grounds for additional compensation. Contractor shall keep a log on-
site indicating notification dates to UPRR as well as dates and times that UPRR
personnel are on-site . For bidding purposes twenty calendar days have been included in
the allowance for boring activities beneath UPRR tracks .
The estimated cost for one (1) representative is $1,000 .00 for a ten (10) hour basic day
with time and one-half or double time for overtime , rest days and holidays. The
estimated cost for each representative includes vacation allowance, paid holidays,
Ra ilway and unemployment insurance, public liability and property damage insurance,
health and welfare benefits, transportation, meals , lodging and supervision . Negotiations
for Railway labor or collective bargaining agreements and rate changes authorized by
appropriate Federal authorities may increase actual or estimated flagging rates. The
rate in effect at the time of performance by the Contractor hereunder will be used to
calculate the actual costs of personnel pursuant to this paragraph.
The Contractor will only charge the fraction of the allowance that yields the actual
invoiced amount by UPRR plus five percent (5%). Any remaining money left in this
allowance budget at the conclusion of the project will be kept by the Owner. If the
allowance is exceeded, the Contractor will be reimbursed for the actual invoiced amount
by UPRR plus five percent (5%). No additional compensation beyond actual
invoices plus 5% will be allowed.
UPRR will invoice the City of Fort Worth for these personnel costs and expenses. The
City of Fort Worth will forward these invoices that they receive from UPRR to the
Contractor for the Contractor to pay . The Contractor shall pay UPRR directly and shall
process these invoices within thirty (30) days after date of invoice. Any penalties
assessed by UPRR for late payment shall also be paid to UPRR by the Contractor."
74. PAY ITEM 38-VALVE BOX-ADJUSTMENTS-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.
75. PAY ITEM 39 -PAVEMENT-PAVERS ON CONCRETE BASE-INSTALL (BID-00465):
See Standard Specifications Item No . 512, "Concrete Medians" for specifications
governing this item. The contractor shall construct pavers as shown on enclosed details,
or as directed by the ENGINEER.
The price bid per square foot for pavers as shown in the Proposal will be full payment for
materials necessary to complete the work for that item.
76 . PAY ITEM 40 -MISCELLANEOUS-INSTALL-TYPE 1 MEDIAN NOSE (BID ITEM-
00122):
City of Fort W orth, Te xas
Special Provisions For Street and Storm Drain Improvements
PM O Release Date: 07/28/2010
Page SP-30 of 49
This item shall consist of the work , labor, equipment and materials required to install a
Type-1 concrete median nose where called out in the plan set and shall conform to the
details shown on plans and in accordance w ith Standard Specifications Item No . 512 ,
"Concrete Medians ". Measurement and payment shall be on the basis of the price bid
pe r each .
77 . PAY ITEM 41 -FENCE-INSTALL (BID-00126):
This item shall include the removal and reconstruction 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 reconstruct ing 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 susta ined 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, equ ipments , tools and incidentals necessary
to complete the work for each .
78. PAY ITEM 42 -TOPSOIL-INSTALL (BID-00147):
The proposed quantities shown are calculated to prov ide 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.
79. PAY ITEM 43 -GRASS-SOD-INSTALL (BID-00137):
See Standard Specifications Item No. 118 , "Sodding " for specifications governing this
item.
The price bid per square yard of sod will be full payment for materials necessary to
complete the work for that item .
80. PAY ITEMS 44-55 -PAVEMENT MARKING-INSTALL (BID-00439):
In accordance w ith the City Standard Details and TxDOT Standard Specifications Item
No. 666, "Reflectorized Pavement Markings," Item 672 , "Raised Pavement Markers ," and
TxDOT standard details included in the Proposal for specifications governing this item.
Lane Markers Type 11-AA-4-lnstall (B id ltem-00433) shall be paid on a per each basis .
Lane Markers Type Y-4-lnstall {Bid ltem-00436) shall be paid on a per each basis .
Lane Markers Type 11-CR-4-lnstall (B id ltem-00434) shall be paid on a per each basis.
Lane Marker Type W-4-lnstall (Bid Item 00435) shall be pa id on a per each basis .
Striping-Install (4 " Solid White) (B id Item 00439) shall be paid on a linear foot basis .
Striping-Install (4 " Wh ite Broken){Bid Item 00439) shall be paid on a linear foot basis .
Stri ping-Install (4 " Yellow Broken)(Bid Item 00439) shall be paid on a linear foot basis.
City of Fo rt W orth. Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-31 of 49
,
Stopbar 24-inch P=H-A Thermoplastic-Install (Bid ltem-01014) shall be paid on a liner
foot basis.
Turn Arrows-Install (Bid ltem-00441) shall be paid on a per each basis .
Lane Legend-P-H-A Thermoplastic-Install (Bid ltem-01006) shall be paid on a per each
basis.
RR X-ing Legend Complete P-H-A Thermoplastic-Install (Bid ltem-01011) shall be paid
on a per each basis.
Symbol-Install (Bike Symbols) (Bid ltem-01272) shall be paid on a per each basis .
81 . PAY ITEMS 56-69-STREET LIGHTING ITEMS -INSTALL (TECH SPECS):
See Technical Specifications for specifications governing these items.
Dril led Shaft Pier (Bid ltem-00121) will be paid on a linear foot basis .
Jacking, Boring and Tunneling Pipe (Bid ltem-00121) will be paid on a linear foot basis .
6" Steel Sleeve in Bore (Bid Item 00121) will be paid on a linear foot basis .
Roadway Ilium Assy, Galv Steel Type GS 40 S (.25KW) (Bid ltem-00121) will be paid on
a per each basis.
Remove Ilium Assy, Incl Foundation, return to Owner (Bid ltem -00121) will be paid on a
per each
Conduit 2" PVC SCH 40, Warning Tape, Incl Trench and Backfill (Bid ltem-00175)will be
paid on a linear foot basis.
Conduit 2" Rigid Galv SteeL Warning Tape, Incl Trench and Backfill (Bid ltem-00121)
will be pa id on a linear foot basis.
Electrical Conductors #6AWG XHHW Insulated (Bid ltem-00121) will be paid on a linear
foot basis.
Electrical Conductors #8AWG XHHW Insulated (Bid ltem-00121) will be paid on a linear
foot basis .
Remove Electrical Conductors 600V (Bid ltem-00121) will be paid on a linear foot basis .
Ground Boxes, NOM 16x23x12, with Apron (Bid ltem-00121) will be paid on a per each
basis.
Install Pole MTD Electrical Service (Force Account ONCOR) (Bid ltem-00121) will be
paid on a per each basis .
Remove Pole MTD Electrical Service , incl lighting controller, (Force Account ONCOR)
(Bid ltem-00121) will be paid on a per each basis.
Lighting ControlleL incl pad CoFW std (Bid Item 00121) will be paid on a per each basis.
82. PAY ITEM 70-MISCELLANEOUS FORCE ACCOUNT-INSTALL (BID ITEM-01303):
Item bid as Force Accounts shall consist of miscellaneous construction adjustments and
other non-subsid iary items requested for construction by the City of Fort Worth and at
the direction of the Project Engineer.
83. PAY ITEM 71 -MISCELLANEOUS UTILITIES FORCE ACCOUNT-SERVICES (BID
ITEM-01304):
Item bid as Force Accounts shall consist of miscellaneous utility adjustments and other
non-subsidiary items requested for construction by the City of Fort Worth and at the
direction of the Project Engineer.
84 . NON PAY ITEM -PAVEMENT-SILICONE JOINT SEALANT-INSTALL:
City of Fort Worth, Texas
Special Provisions For Street a nd Storm Dra in Improvements
PMO Rel ease Date : 0712 81201 O
Page SP-32 of 49
CITY OF FORT WORTH , TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
1. SCOPE
for
SILICONE JOINT SEALING
(Revision 1, October 18 , 1989)
(Revision 2 , May 12 , 1994)
This specification for silicone joi nt sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314.2 . (11) "Joint Seal ing 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 TI-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-level ing 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
City of Fort Worth , Texas
Special Prov isi ons For Street and Storm Drain Improve ments
PMO Release Date: 0712812010
Page SP-33 of 49
Self-Level i ng 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 .
Requirement
96 to 99
275 to 550
1.206 to 1.340
60
14 to 21
14 to 21
1400
l· ) ,•
/
ASTM D 3583
(Sect. 14 Mod .)
ASTM C 719
ASTM D 3583
(Sect. 14 Mod .)
ASTM D 3583
(Sect. 14 Mod.)
Modulus @ 150% Elongation , psi max .
Movement , 10 cycles @ +100/-50%
Adhesion to Concrete , % Elongation min .
Adhes ion to Asphalt , % Elongation m in.
9
No Failure
600
600
2.4 The joint filler sop shall be of a c losed 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 breake r tape sha ll be compati ble wi t h the s il icone joint sealant and no
bond or reaction shall occur between them . Reference is made to the
"Const ruction Deta il" sheet for th e various joint detai ls w ith t hei r 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 t he proper joint spacing as shown on the
"Construction Detail " sheet or as directed by the ENGINEER within 12 hours of the
pavement placement. (Note that for the "dummy" joints , the initial 1/4 inch width
"green " saw-cut and the "reservoir'' saw cut are identical and shou ld be part of the
same saw cutting operation. Immediately after the saw cutting pressure washing
shall be app lied 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 sea lant , the wea t her shall not be
inclement and the temperature shall be 40F (4C) and rising .
4. EQUIPMENT
4 .1 All necessary equipment shall be furn ished by the Contractor. The Contractor
shall keep his equipment in a satisfactory working condit ion and shall be
inspected by the ENGINEER prior to the beginning of the work. The minimum
requirements for construction equipment shall be as follows :
4.2 Concrete Saw : The sawing equipment 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 pump ing 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 sha ll fir into
the saw-cut jo int.
City of Fort Worth , Texas
Specia l Provisions For Street and Storm Drain Im provements
PM O Release Date: 07/28/2010
Page SP-34 of 49
4.5 Extrusion Pump: The output shall be capable of supply ing a sufficient volume
of sealant to the jo int.
4.6 Injection Tool : This mechanical device shall apply the sealant uniformly into
the joint.
4.7
4.8
Sandblaster: The des ign shall be for commercial use with air compressors as
specified in Paragraph 5.4 .
Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contaminat ion. They shall be compatible with the join depth and width
requirements .
5. CONSTRUCTION METHODS
5 .1 General : The joint reservo ir saw cutt ing , clean ing , bond breaker installation,
and joint sealant placement shall be performed in a cont inuous 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 Clean ing Joints : Immediately after sawing , the result ing 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 .
City of Fort Worth , Texas
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 terminat ion 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.
Special Provisions For Street and Storm Drain Improvem ents
PMO Release Date: 07 /28/201 O
Page SP-35 of 49
/
Bond Breaker Rod and Tape : The bond breaker rod and tae shall be installed
in the cleaned joint prior to the application of the joint sealant in a manner that
will produce the required dimensions.
5.4 Joint Sealant: Upon placement 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 a ir and pavement temperature is
less than 40F (4C). Joints shall not be sealed un less they are clean and dry .
Unsatisfactorily sea led joints shall be refilled . Excess sealant left on the
pavement surface shall be removed and d iscarded and shall not be used to
sea l the j oints.
The pa vement s u rface shall present a clean final conditio n.
Traffic shall not be allowed on the fresh sealant until it becomes tack-free .
Approval of Jo ints : 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
sha ll approve the clea n, dry joints before the sealing operation commences .
6. WARRANTY
The Contracto r 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.
85 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT:
The concrete pavement acceptance policy shall be as follows :
A. Penalty for Deficient 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 conside red 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 .
City of Fort W orth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/2812010
Page SP-36 of 49
B. Cracked Concrete Acceptance Policy . The criteria for acceptance or rejection of
reinforced concrete that is cracked is as follows :.
1. Definitions
a. Minor crack - A crack of no more than 5 feet in length and does not extend i.)
from the edge of a slab or from a pavement jo int , or; ii.) the depth to the
reinforcement steel of the concrete slab , or; iii.) an intermediate crack that is
designated as a minor crack under Monitor Pavement Option 2.
b . Intermediate Crack - A crack that extends from any edge of slab or joint a
distance of no more than 5 feet.
c. Structural or Major crack - A crack i.) of greater than 5 feet , or; ii.) that
extends from the edge of a slab or from a pavement joint to any other edge of
slab or joint, or; iii.) extends the full depth of the concrete slab , or; iv .) an
intermediate crack that is designated as a structural crack under Monitor
Pavement Option 2.
d . City Engineer -In the application of th is policy , the City Engineer is the
Director of the Department of Transportat ion and Public Works or his
designee .
2. Acceptable pavement -no action is necessary:
A concrete panel with four (4) or less minor cracks as defined above is
acceptable. (See Figure 1).
No action is necessary and no routing and seal ing is allowed .
. ltf-W
PLAN PROFILE
Figure 1 -No action is necessary
3. Monitored Pavement
A concrete pavement with one intermed iate crack as defined above may be
acceptable. The contractor has two options .
Option No . 1 -The panel may be removed and replaced at contractor expense .
Option No. 2 -The limit of the crack shall be identified for future reference by
drilling a 1/2 " hole at the free end of the crack and sealing the c rack with an , -
City of Fort W orth , Texas
Special Provisions For Street and Stonn Drain Improvements
PMO Release Date: 07/28/2010
Page SP-37 of 49
approved epoxy material. If at the end of the warranty period the crack has not
propagated then the crack will be designated as a minor crack . If the crack has
propagated then the crack is considered a structural crack.
4 . Structurally Cracked Pavement -Full Panel Replacement Is Required :
a. If a panel contains greater than four (4) minor cracks and those cracks are
determined to be caused in whole or in part by a deficiency of material or
workmanship , t he panel must be removed and replaced by the Contractor at
his own expense . (See Figure 2)
f
PLAN PROFILE
Figure 2 -Full panel rep lacement is requ ired .
b. All concrete panels with any structura l or major crack as defined above that is
determined to be caused , in whole or in part , by a deficiency of material or
workmansh ip must be removed and replaced in their entirety by the
Contractor at his own expense. (See Figures 3 and 4 below)
f l
PLAN PROFILE
Figure 3 -Full panel replacement is required .
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Im provements
PMO Release Date: 07/28/2010
Page SP-38 of 49
!--+----
Lµ
)
PLAN PROFILE
Figure 4 -Full panel replacement is required .
c. If the edge of exist ing concrete pavement is damaged during the construction
of adjacent pavement ; the damaged panel(s) must be removed and replaced
in its entirety by the Contractor at his own expense .
5. Application and Final Determinat ion of Pol icy
It is not the intention of this policy that the Contractor is required to remove and
replace at his own expense any concrete that cracks due primarily to causes
other than his own materials and/or workmanship . While cracks may be caused
by a combination of factors , a primary cause can be determ ined . It is the policy
that if a deficiency of materials and/or workmansh ip be found to be the primary
cause of a crack or cracks , then the contractor shall remove and replace the
panels that contain the structural crack or cracks at no expense to the City .
If cracks exist in the project, the City Engineer or his/her designee will make the
determination if the crack is minor or structural. If the crack is structural , the
Contractor and the City will attempt to agree on the cause or causes of the crack .
If the Contractor and City agree that the cause of a structural crack requiring
removal and replacement is due primarily to Contractor's deficient material or
workmanship , the concrete pavement will be removed and replaced at
Contractor's entire expense.
If the Contractor and City cannot agree as to the cause of a structural crack , the
City may hire an independent geotechnical engineer to perform testing and
analysis to determine the cause of the crack . 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 a structural
crack is due to Contractor's deficient material or workmanship, the deficient
concrete pavement will be removed and rep laced at Contractor's entire expense
and the Contractor will also pay the City for the balance of the cost of the
geotechnical investigation over and above the amount that has previously been
escrowed.
If the geotechnical engineer determines that the primary cause of the structural
crack is not due to Contractor's deficient material or workmanship , the concrete
City of Fort Worth, Texas
Special Provisions For Street and Storm Dra in Improvements
PM O Release Date : 07128/201 0
Page SP-39 of 49
91.(a) BASELINE CONSTRUCTION SCHEDULE : The CONTRACTOR sha ll develop ,
submit and review the draft deta iled baseline const ruction schedule with the OWNER
to demonstrate the CONTRACTOR 's understanding of the contract requirements and
approach for performing the work . The CONTRACTOR w ill prepare the final detailed
basel ine construction schedule based on OWNER comments , if any . The
CONTRACTOR 's first (1st) payment app licat ion will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR
and accepted by the OWNER.
The following gu idelines shall be adhered to in preparing the baseline construct ion
schedule .
a. Miles t one da t es and final project completion dates shall be developed to conform
to the time co nstraints , sequencing requirements, and completion t ime .
b. The co nst ructi on progress shall be divided into activities with time du rat ions no
greate r than 20 work days . Fabrication , delivery and submittal activities are
except ions t o th is guideline .
c. Activity durati o ns shall be in work days and normal holidays and weathe r
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 t ime is defin ed as the amount of time between the earl iest start date and the
late start date using CPM. Float time is a shared and expiring resource and is no t
for the exc lusive use or benefit of the CONTRACTOR or OWNER.
f . Thirty days sha ll be used for submittal review unless otherwise specified .
The construct ion 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 refe rence 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
City of Fort Worth, T exas
Special Provis ions For Street and Storm Drain Improvements
PMO Release Date: 07128/20 10
Page SP-42 of 49
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
91 (b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and
submit monthly to the OWNER for approval the updated schedule in accordance with
Sect ion 81 and 82 and the OWNER 's Schedule Gu idance Document inclusive . As
the Work progresses , the CONTRACTOR shall enter into the schedule and record
actual progress as described in the Schedule Gu idance Document.
The updated schedule submittal shall also include a concise narrat ive 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 applicat ions 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 accurate ly 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 th is 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.
91 (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 with i n 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.
92. SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requ irements for the schedule are dete rmined 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 .
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-43 of 49
....
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 tota l contract dollars associated with the
respective ABS elements .
T ier 4 Cost Loading Special Instructions:
1. Adhere to all Tier 3 requirements, and add it ionally the following :
2. Work (Schedule of Values Pay Items using the OWNER 's standard items) shall
be loaded into the scheduling software using the "NON-LABOR" resource type
showing the quantity of work to be done along with the corresponding value of the
work measured in dollars. It is intended that Earned Value will be calculated as
the schedule resources are progressed .
Tier 5 Cost Loading Special Instructions :
1. Adhere to all Tier 4 requirements, and additionally the following:
• Labor resources (Man-Hours) shall be loaded into the scheduling software
using the "LABOR" resource type with man-hours and without cost.
93 . NON-PAY ITEM -NOTIFICATION OF RESIDENTS :
In order to cut down on the number of complaints from residents due to the dust
generated when saw-cutting joints in concrete pavement , the Contractor shall notify
residents , in writing, at least 48 hours in advance of saw-cutting joints during the
construction of paving projects.
All costs involved with providing such written notice shall be considered subsidiary to this
contract.
94. 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 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
Cont ractor's letterhead and shall include the following information : Name of Project, DOE
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 addit ion, a copy of the flyer shall be
City of Fort Worth, Texas
Special Provisions For Stree t and Storm Drain Im provements
PM O Release Date : 07/28/2010
Page SP-44 of 49
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. An electronic version of the sample flyer can be obtained from the
construction office at 817-392-8306.
All work involved w ith the pre-construction notification flyer shall be considered subsidiary
to the contract price and no add itional compensation shall be made .
95 . NON-PAY ITEM -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.
96 . 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.
97. 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.
98. 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 the recycling process
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 recycling begins on any street. Marking the
curbs with paint is a recommended procedure .
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PM O Release Date: 07/28/2010
Page SP-45 of 49
.... /
It shall be the Contractor's responsibility to notify the utility companies that he has
commenced work on the project. As the recycling 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 following are utility contact persons:
Company Telephone Number
AT&T 817-338-6275
TXU 1-800-233-2133
ATMOS Energy 817-215-0366
Dig TESS 880-344-8377
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 recycl ing operation by the ENGINEER.
The Contractor shall be responsible for all materials, equipment and labor to perform a
most accurate job and all costs to the Contractor shall be figured subsidiary to this
contract.
99. 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 .
100. 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.
101. 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 .
102 . NON PAY ITEM -TEMPORARY EROSION. SEDIMENT AND WATER POLLUTION
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE):
City of Fort Worth, Texas
Special Provisions For Street and Storm Dra in Improve me nts
PMO Release Date: 07/28/2010
Page SP-46 of 49
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 operat ions . The temporary measures shall include dikes , dams ,
berms , sediment basins , fiber mats , jute netting , temporary seeding, straw mulch,
asphalt mulch , plastic liners , rubble liners , slope drains and other devices . All inlet
protection measures shall be designed to allow for runoff to freely overflow
into the inlet during a flood event.
B. Further, eros ion 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 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 assoc iated 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.
City of Fort W orth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-47 of 49
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
subm it for approval his schedules for accomplishment of soil-erosion-control work
and his plan to keep the area of erodible-earth material to a min imum. He shall also
subm it 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.
F. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to
provide temporary erosion cont rol shall be considered subsidiary to the contract and
no extra pay will be given for this work .
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Re lease Date: 07/28/2010
Page SP-48 of 49
(To be printed on Contractor's Letterhead)
D ate : -----
CityNo: __
PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for:
MAPSCO LOCATION: --.....
LIMITS OF CONST.: -------------Estimated Duration of Construction on y our Street : _ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE -
CITY OF FORT WORTH, OUR COMPANY WILL< REPLACE WATER
AND/OR SEWER LINES -RECONSTRUCT THE STREET> ON OR ""
AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DATE OF THIS NOTICE.
IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY
OR ANY OTHER ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
City of Fort W orth. Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-49 of 49
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
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 for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality .
Each year The Quoin Chapter of the Associated General Contractors, in conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction. The attached 2008 Prevailing Wage Rate data was compiled from
that survey.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds.
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 & IDGHWAY CONSTRUCTION
PREVAILING WAGE RA TES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shove l Operator
Electrician
Flagger
Form Builder/Setter, Structures
Form Setter , Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Rough
Oiler
Painter, Structures
Pavement Marking Machine Operator
P.ipelayer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver, Lowboy-Float
Truck Driver, Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill , Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10 .06
$13 .99
$12.78
$11.0 l
$ 8.80
$14 .1 5
$ 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
Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Mechanic
Bricklayer/Stone Mason
Bricklayer /Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechan i c
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (Journeyman)
Electrician Helper
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Helper
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
Hrly Rate Classification
$21.69 Plumber
$12.00 Plumber He l per
$15.24 Reinforcing Steel Setter
$19 .12 Roofe r
$10.10 Roofe r Helper
$16.23 Sheet Met al Worker
$11 .91 Sheet Metal Worker Helper
$13.49 Sp rinkler System Installer
$13.12 Spr i nkler Svstem Installer Helper
$14.62 Steel Worker Structural
$10.91 Conc rete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20.00
$13.00
$18.00
$13.00
$14 .78
$11.25
$10 .27
$13 .18
$16.10
$14.83
$8.00
$18 .85
$12.83
$17.25
$12.25
Hrly Rate
$20.43
$14.90
$10 .00
$14.00
$10.00
$16.96
$12. 31
$18 .00
$9 .00
$17.43
$20.50
$17. 76
$12 .63
$10.50
$14. 91
$16.06
$9.75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
~equir~ments of Chapter 2258, Texas Government Code (Chapter 2258),
mcludmg 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 claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258.023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
06 -Technical Specifications
SECTION 6-TECHNICAL SPECIFICATIONS
TABLE OF CONTENTS
DIVISION 2 -SITE CONSTRUCTION
02315 EXCAVATION
02317 TRENCHING FOR SITE UTILITIES
02446 BORING , JACKING , AND TUNNELING CONDUITS
02468 DRILLED CONCRETE PIERS (CAISSONS)
02582 UNDERGROUND ELECTRICAL DUCTS
DIVISION 3 -CONCRETE
03300 CAST-IN-PLACE CONCRETE
DIVISION 16 -ELECTRICAL
16060 GROUNDING AND BONDING
16075 ELECTRICAL IDENTIFICATION
16095 MINOR ELECTRICAL DEMOLITION
16123 LOW-VOLTAGE ELECTRICAL POWER
CONDUCTORS AND CABLES
16131 CONDUIT
16139 CABINETS AND ENCLOSURES
16210 ELECTRICAL UTILITY SERVICES
16520 EXTERIOR LUMINAIRES
PART 1 GENERAL
1.1 SECTION INCLUDES
SECTION 02315
EXCAVATION
A. Excavating for underground low voltage street lighting c ircuits; dri ll ed p iers for street
lighti ng poles foundations, ground boxes , and bore pits .
1.2 RELATED REQUIREMENTS
A. Section 02316 -Fill and Backfi ll : Fill materials, filling , and compacting.
B. Section 02317 -Trenching for Site Utilities: Excavating for utility trenches.
1.3 PRICE AND PAYMENT PROCEDURES
A. Basis of Measurement: Will not be measured under this section , subsidiary to pertinent
items.
B. Basis of Payment: Will not be paid under th is section, subsidiary to pertinent items.
1.4 PROJECT CONDITIONS
A. Verify that survey bench mark and intended elevations for the Work are as indicated.
PART 3 EXECUTION
2.1 EXAM INATION
A. Verify that survey bench mark and intended elevations for the work are as indicated.
2.2 PREPARATION
A. Identify required lines, levels, contours, and datum locations.
B. Locate , identify, and protect utilities that remain and protect from damage.
C. Protect bench marks, survey control po ints , ex isting structures , fences , sidewalks, pav ing ,
and curbs from excavating equipment and vehicular traffic.
D. Protect plants , lawns , rock outcroppings , and other features to remain .
City of Fort Worth
McAlister Rd Improvements 02315-1
EXCAVATION
90% Submital
Nov 30 , 2009
2.3 EXCAVATING
A. Excavate to accommodate new structures and construction operations.
B. Notify Kimley-Horn, Inc of unexpected subsurface conditions and discontinue affected
Work in area until notified to resume work.
C. Slope banks of excavations deeper than 4 feet to angle of repose or less until shored .
D. Do not interfere with 45 degree bearing splay of foundations.
E. Cut utility trenches wide enough to allow inspection of installed utilities.
F. Hand trim excavations. Remove loose matter.
G. Correct areas that are over-excavated and load-bearing surfaces that are disturbed; see
Section 02316.
H. Grade top perimeter of excavation to prevent surface water from draining into excavation.
I. Remove excavated material that is unsuitable for re-use from site.
J. Remove excess excavated material from site.
2.4 FIELD QUALITY CONTROL
A. See Section -Quality Requirements, for general requirements for field inspection and
testing.
B. Provide for visual inspection of load-bearing excavated surfaces before placement of
foundations .
2.5 PROTECTION
A. Prevent displacement of banks and keep loose soil from falling into excavation; maintain
soil stability.
City of Fort Worth
McAlister Rd Improvements
END OF SECTION
02315-2
EXCAVATION
90% Submital
Nov 30, 2009
PART 1 GENERAL
1.1 SECTION INCLUDES
SECTION 02317
TRENCHING FOR SITE UTILITIES
A. Trenching for underground lighting ducts.
1.2 RELATED REQUIREMENTS
A. Section 02315 -Excavation: Building and foundation excavating.
1.3 PRICE AND PAYMENT PROCEDURES
A. Basis of Measurement: Will not be measured under this section, subsidiary to pertinent
items.
B. Basis of Payment: Will not be paid under this section, subsidiary to pertinent items.
PART 2 PRODUCTS
2.1 FILL MATERIALS
A. General Fill: Subsoil excavated on-site.
1. Free of lumps larger than 3 inches, rocks larger than 2 inches , and debris.
B. Topsoil: Topsoil excavated on-site.
1. Select.
2. Graded.
3. Free of roots, rocks larger than 1/2 inch, subsoil, debris, large weeds and foreign
matter.
4. Containing a minimum of 4 percent and a maximum of 25 percent inorganic matter.
PART 3 EXECUTION
3.1 EXAMINATION
City of Fort Worth
McAlister Rd Improvements 02317 -1
TRENCHING FOR SITE UTILITIES
90% Submital
Nov 30, 2009
3.2 TRENCHING
A. Notify Kimley-Horn , Inc of unexpected subsurface conditions and discontinue affected
Work in area until notified to resume work.
B. Slope banks of excavations deeper than 4 feet to angle of repose or less until shored.
C . Do not interfere with 45 degree bearing splay of foundations.
D. Cut trenches wide enough to allow inspection of installed utilities .
E. Hand trim excavations. Remove loose matter.
F. Remove excavated material that is unsuitable for re-use from site.
G. Remove excess excavated material from site.
3.3 PREPARATION FOR UTILITY PLACEMENT
A . Cut out soft areas of subgrade not capable of compaction in place. Backfill with general
fill.
B. Compact subgrade to density equal to or greater than requirements for subsequent fill
material.
C. Until ready to backfill, maintain excavations and prevent loose soil from falling into
excavation.
3.4 BACKFILLING
A. Backfill to contours and elevations indicated using unfrozen materials.
B. Employ a placement method that does not disturb or damage other work.
C. Systematically fill to allow maximum time for natural settlement. Do not fill over porous,
wet, frozen or spongy subgrade surfaces.
D. Maintain optimum moisture content of fill materials to attain required compaction density.
E. Granular Fill: Place and compact materials in equal continuous layers not exceeding 6
inches compacted depth.
F. Soil Fill: Place and compact material in equal continuous layers not exceeding 8 inches
compacted depth.
G. Slope grade away from building minimum 2 inches in 10 ft , unless noted otherwise.
City of Fort Worth
McAlister Rd Improvements 02317 - 2
TRENCHING FOR SITE UTILITIES
90% Submital
Nov 30, 2009
Make gradual grade changes. Blend slope into level areas.
H. Correct areas that are over-excavated.
1. Other areas : Use general fill , flush to required elevation , compacted to minimum 97
percent of maximum dry density.
I. Compaction Density Unless Otherwise Specified or Indicated:
J. Reshape and re-compact fills subjected to vehicular traffic.
3.5 BEDDING AND FILL AT SPECIFIC LOCATIONS
A. Utility Piping , Condu its , and Duct Ban k:
1. Bedding: Use general fi ll.
2. Cover with genera l fill.
3. Fill up to subgrade elevation.
4 . Compact in maximum 8 inch lifts to 95 percent of maximum dry density .
3.6 TOLERANCES
A. Top Surface of General Backfilling : Plus or minus 1 inch from required elevations.
3.7 FIELD QUALITY CONTROL
A. Perform compaction dens ity testing on compacted fill in accordance with ASTM D1556 ,
ASTM 02167 , ASTM D2922 , or ASTM D3017 .
B. Evaluate results in relation to compaction curve determined by testing uncompacted
material in accordance w ith ASTM D 698 ("standard Proctor"), ASTM D 1557 ("mod ified
Procto r"), or AASHTO T 180 .
C . If tests indicate work does not meet specified requirements , remove work , replace and
retest.
City of Fort Worth
McAli ster Rd Improvements
END OF SECTION
02317 - 3
TRENCHING FOR SITE UTILITIES
90% Submital
Nov 30 , 2009
SECTION 02446
BORING, JACKING, AND TUNNELING CONDUITS
PART 1 -GENERAL
1.1 SUMMARY
A. Section Includes:
1. Excavation for approach trenches and pits.
2. Boring and/or jacking conduits.
3. Carrier pipe.
B. Related Sections:
1. Section 03300 -Cast-in-Place Concrete.
2. Section 16131 -Conduit.
1.2 UNIT PRICE -MEASUREMENT AND PAYMENT
A. Bored or Jacked Pipe: TxDOT Item 4 76.
1. Basis of Measurement: By the lineal foot (meter), for each configuration.
2. Basis of Payment: Includes tunnel and pit excavation, sleeves, tunnel liner or casing,
carrier pipe, grout, accessories, tests, and backfill. it does not include conduit placed
during or in conjuction with Boring, Jacking and Tunneling; such conduit being
measured and paid under Item 618, Section 16131 Conduit.
1.3 DESIGN REQUIREMENTS
A. Design casing pipe and tunnel liner joints of leakproof construction. Design for earth and
or other pressures present.
B. Design bracing, backstops, and use jacks of sufficient rating for continuous jacking without
stoppage, except for adding pipe sections and as conditions permit, to minimize tendency
of ground material to "freeze" around casing pipe.
1.4 SUBMITTALS
A. Shop Drawings: Prepare scaled shop Drawings to supplement Contract Drawings.
City of Fort Worth
McAlister Rd Improvements
BORING, JACKING, AND TUNNELING CONDUITS
02446 - 1 90% Submital
Nov 30, 2009
1. Include details of casing or tunnel liner, pipe guides, jacking head, jack positions,
jointing methods , sheeting, and other falsework for trenches and pits, and support for
adjacent excavation, field sketches , and other details, to complete the Work.
B . Design Data: Submit tunnel liner design calculations and manufacturer's data on tunnel
liner plate showing sizes, shapes , methods of attachment and connection details, and
details of grout holes.
C. Submit history of previous work completed of equivalent nature and scope. Include
qual ification and experience of key personne l.
D. Installation Plan : Submit description of proposed construction plan, dewatering plan, and
plan to establish and maintain vertical and horizontal a lignment. The approval of th is plan
by the Construction Manager shall not relieve the contractor from the responsibility of
obtaining the specified resu lts.
E. Submit emergency response procedures to handle situations when conduit is
compromised and jeopardizes integrity of installation or safety.
F. Submit written report results of visual check, prior to installation of carrier pipe, of entire
length of casing or liner, to verify there are no voids or defective joints.
1.5 CLOSEOUT SUBMITTALS
A. Project Record Documents: Record actual locations of casing or tunnel liner, carrier
pipe, and invert elevations.
B. Identify and describe unexpected variations to subsoil cond itions or discovery of
uncharted utilities.
1.6 QUALITY ASSURANCE
A. Perform work in accordance with Dallas Fort Worth International Airport Standards , NUCA
Trenchless Construction Methods and Soil Conditions Manual , NUCA A Guide to Pipe
Jacking and Microtunneling Design , and AREA guidelines.
B. Maintain one copy of each document on site .
1.7 QUALIFICATIONS
A. Installer: Company specializing in performing work of this section with minimum 10 years
documented experience.
1. Work Experience: Include projects of similar magnitude and conditions.
City of Fort Worth
McAl ister Rd Improvements
BORING , JACKING , AND TUNNELING CONDUITS
02446 - 2 90 % Submital
Nov 30 , 2009
2. Furnish list of references upon request.
B. Design tunnel and/or pipe jacking installation and load bearing falsework.
1.8 PRE-INSTALLATION CONFERENCE
A. Convene minimum two weeks prior to commencing work of this section .
1.9 DELIVERY, STORAGE, AND HANDLING
A. Provide temporary end caps and closures on piping and fittings. Ma inta in in place until
installation.
B. Protect piping systems from entry of foreign materials and water by temporary covers,
completing sections of work , and isolating parts of completed system.
C. Accept system components on site in manufactu rer's original containers or configuration .
Inspect for damage.
D. Use wooden shipping braces between layers of stacked pipe. Stack piping lengths no
more than 3 layers high.
E. Store fie ld joint materials indoors in dry area in original shipping containe rs. Mainta in
storage temperature of 60 to 85 degrees F.
F. Support casing and carrier p ipes with nylon slings during handling.
1.10 ENVIRONMENTAL REQUIREMENTS
A. Conduct operations so as not to interfere with, interrupt , damage, destroy, or endanger
integrity of surface or subsurface structures or utilities, and landscape in immediate or
adjacent areas .
1.11 FIELD MEASUREMENTS
A. Verify invert elevations of ex isting work prior to excavation and installation of tunnel and/or
casing.
1.12 COORDINATION
A. Coordinate work with City of Fort Worth and Union Pacific Railroad and utilities within
construction area.
City of Fort Worth
McAlister Rd Improvements
BORING, JACKING , AND TUNNELING CONDUITS
02446 -3 90% Submital
Nov 30 , 2009
PART 2 -PRODUCTS
2 .1 EQUIPMENT
A. All equipment necessary and required for the proper construction of the tunnel shall be on
the project, in first-class working condition, and approved by the Construction Manager
before construction is permitted to start.
B. The Contractor shall provide appropriate hoisting equipment to handle the pipe while
unloading and placing it in its final position without damage to the pipe.
2.2 CASING AND JACKING PIPE MATERIALS
A. Steel Casing Pipe: ASTM A53, Grade B, 42,000 psi minimum yield strength, minimum
wall thickness of 0.375 inch, full circumference welded joints in accordance with AWS
01 .1 to withstand excavation forces .
2.3 GROUT AND COVER MATERIALS
A . Soil Backfill for Trench Approaches and Pits to Finish Grade .
B. Fill and Seal Grout at Pipe Ends: Concrete grout fill as specified in Section 03300 .
C. Pressure Grout Mix: One part portland cement, and 6 parts mortar sand mixed with water
to consistency applicable for pressure grouting.
D. Mortar Sand: ASTM C33 and ASTM C404.
E. Portland Cement: ASTM C150, Type I.
2.4 ACCESSORIES
A. Supports and Insulators:
1. Plastic: Polyethylene casing insulator band and skids with stainless steel bolts.
PART 3 -EXECUTION
3.1 EXAMINATION
A. Verify connection size , location, and invert elevations are in accordance with Drawings .
3 .2 PREPARATION
City of Fort Worth
McAlister Rd Improvements
BORING , JACKING , AND TUNNELING CONDUITS
02446 - 4 90% Submital
Nov 30 , 2009
A. Identify required lines, levels, contours , and datum locations.
B. Locate, identify, and protect utilities indicated to remain from damage.
C. Protect benchmarks, survey control points, existing structures , fences, paving, from
excavating equipment and vehicular traffic .
3.3 EXISTING WORK
A. Mainta in access to adjacent existing work areas and other remaining active installations
requ i ring access. Mod ify installation as necessary to maintain access.
3.4 PITS OR APPROACH TRENCHES
A. Excavate approach trenches or pits in acco rdance with shop drawings and as site
conditions require.
B. Ensure tunnel and/or casing entrance face as near perpendicular to alignment as
condit ions permit.
C. Estab lish vertical entrance face at least 1 foot above top of casing or tunnel lining.
3.5 CASING P IPE INSTALLATION
A. Boring :
1. The boring shall proceed from a pit provided for the boring equipment and workmen.
Excavation for pits and installation of shoring shall be as outlined under paragraph
3.5. The location of the pit shall meet the approval of the Engineer. The holes are
to be bored mechanically. The boring shall be done using a pilot hole. By this
method, a pilot hole shall be bored the entire length of the crossing and shall be
checked for line and grade on the opposite end of the bore from the work pit. This
pilot hole shall serve as the centerline of the larger diameter hole to be bored.
Excavated material will be placed near the top of the working pit and disposed of, as
operations will permit. Jetting will not be permitted .
2. In unconsolidated soil formations, a gel-forming colloida l drilling fluid consisting of at
least 10 percent of a high grade carefully processed bentonite may be used to
consolidate cuttings of the bit, seal the walls of the hole, and furnish lubrication for
subsequent removal of the cuttings and installation of the pipe.
3. Push pipe into ground with boring auger rotating within pipe to remove spoil. Do not
advance cutting head ahead of casing pipe except for distance necessary to permit
cutting teeth to cut clearance for pipe. Arrange machine bore and cutting head to be
removable from within pipe. Arrange face of cutting head to provide barrier to free
flow of soft material.
City of Fort Worth
McAlister Rd Improvements
BORING, JACKING , AND TUNNELING CONDUITS
02446 - 5 90% Submital
Nov 30, 2009
4. When unstable soil is encountered during boring retract cutting head into casing to
permit balance between pushing pressure and ratio of pipe advancement to quantity
of soil.
5. When voids develop greater than outside diameter of pipe by approximately one inch,
grout the entire length of the installation to fill voids.
6. When boring is obstructed, relocate, jack, or tunnel as directed by Architect/Engineer.
B. Jacking
1. Construct adequate thrust wall normal to proposed line of thrust.
City of Fort Worth
McAlister Rd Improvements
BORING , JACKING , AND TUNNELING CONDUITS
02446 -6 90% Submital
Nov 30, 2009
2. Impart thrust load to pipe through suitable thrust ring sufficiently rigid to ensure
uniform distribution of thrust load on full pipe circumference.
3. Heavy-duty jacks suitable for forcing the pipe through the embankment shall be
provided. In operating jacks, even pressure shall be applied. A suitable jacking
head, usually of timber and suitable bracing between jacks and the jacking head shall
be provided so that pressure will be applied to the pipe uniformly around the ring of
the pipe. A suitable jacking frame or backstop shall be provided. The pipe to be
jacked shall be set on guides, properly braced together to support the section of the
pipe and to direct it in the proper line and grade . The whole jacking assembly shall
be placed so as to line up with the d irection and grade of the pipe.
C. Drilling and Jacking
1. Use oil field type rock roller bit or plate bit made up of individual roller cutter units
solidly welded to pipe which is turned and pushed for its entire length by dri lling
machine to give bit necessary cutting action.
2. Inject high-density slurry (oil field drilling mud) to head as cutter lubricant. Inject
slurry at rear of cutter units to prevent jetting action ahead of pipe.
D. General: embankment material shall be excavated just ahead of the pipe , the material
shall be removed through the pipe, and the pipe forced through the embankment with
jacks into the space thus provided. The distance that the excavation shall extend beyond
the end of the pipe depends on the character of the material, but it shall not exceed 2 feet
in any case. The distance shall be decreased on instructions from the Engineer, if the
character of the material being excavated makes it desirable to keep the advance
excavation closer to the end of the pipe . The pipe shall be jacked from the low or
downstream end. Lateral or vertical variation in the final position of the pipe from the line
and grade established by the construction plans will be permitted only to the extent of 1 /8
inch in 50 feet, provided that such variation shall be regular and only in one direction and
that the final grade of flow line shall be in the direction indicated on the plans.
E. If the Contractor desires, he may use a cutting edge of steel plate around the head end of
the pipe extending a short distance beyond the end of the pipe with inside angles or lugs
to keep the cutting edge from slipping back onto the pipe. When jacking of pipe is begun,
the operation shall be carried on without interruption to prevent the pipe from becoming
firmly set in the embankment. Any pipe damaged in jacking operations shall be removed
and replaced by the contractor at his expense.
3.6 CARRIER PIPE INSTALLATION
A. Clean, inspect, and handle pipe in accordance with Section 02601 .
B. Place carrier pipe in accordance w ith Section 02601. Exercise care to prevent damage
City of Fort Worth
McAlister Rd Improvements
BORING , JACKING , AND TUNNELING CONDUITS
02446 - 7 90% Submital
Nov 30, 2009
to pipe joints when carrier pipe is placed in casing.
C. Support conduit within casing so no external loads are transmitted to carrier pipe . Attach
supports to barrel of carrier pipe ; do not rest carrier pipe on bells.
D. Grout ends of casing to seal.
3.7 TOLERANCES
A. Do not over cut excavation by more than 1 inch greater than outside diameter of casing
pipe.
B. Install casing pipe to vertical and horizontal alignment on Drawings within plus or minus 3
inches prior to installation of carrier pipe.
C . Install pipe bells with minimum 1/2 inch clearance to casing .
3.8 MANUFACTURER'S FIELD SERVICES
A . Furnish field technical assistance during following periods of tunnel and/or casing
installation:
1. Unloading of tunnel and/or casing materials and components.
2 . Prior to commencing excavation and during excavation as requested.
3.9 REMOVAL OF FACILITIES AND CONTROLS
A . Remove temporary facilities for tunnel and/or casing installation and jacking or tunneling
operations .
City of Fort Worth
McAlister Rd Improvements
END OF SECTION
BORING , JACKING, AND TUNNELING CONDUITS
02446 - 8 90% Submital
Nov 30 , 2009
SECTION 02468
DRILLED CONCRETE PIERS (CAISSONS)
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Machine drilled shaft.
B. Concrete and reinforcement.
C. Shaft liner, if required.
1.2 RELATED REQUIREMENTS
A. Section 03300 -Cast-in-P lace Concrete: Requirements for concrete.
1.3 MEASUREMENT AND PAYMENT (TxDOT Item 416 Drilled Shaft Foundations)
A. Measurement:
1. Designed Piers :
a. Design Pier Length: By the linear foot measured from bearing to top of pier
elevation as indicated.
2. Actual Piers:
3. Adjustments to the Contract Sum/Price will be made if the Actual Pier Quantity or
Length differs from Design Pier Quantity or Length, based on unit prices established
in the Agreement and as follows :
a . Actual Pier Length.
4. Determination of Unit Measurements: Identified by site measurements and verified
by the Engineer Kimley-Horn, Inc.
5. Measurement: Drilled shaft foundations will be measured by the foot to the bottom of
the shaft.
B. Payment: The unit prices bid for the various classifications of drilled shafts will be full
compensation for excavation; furnishing , placing, and removing casing; furnishing,
processing, and recovering slurry; pumping; furnishing, and placing reinforcing steel;
furnishing and placing concrete, including additional concrete required to fill an oversize
casing or oversize excavation; including slump loss tests; backfilling; disposing of cuttings
and slurry; materials and labor occasioned due to over drilling shaft; and materials, tools,
equipment, labor, and incidentals.
City of Fort Worth
McAlister Rd Improvements 02468 -1
DRILLED CONCRETE PIERS (CAISSONS)
90% Submital
Nov 30 , 2009
1.4 REFERENCE STANDARDS
A . ACI 336.1 -Standard Specification for the Construction of Drilled Piers ; American
Concrete Institute International.
B. ASTM A 36/A 36M -Standard Specification for Carbon Structural Steel.
C. TXDOT Item 416 Drilled Shaft Foundations.
D. City of Fort Worth , Dept of Transportation -Street Luminaire Pole Foundation Details.
1.5 ADMINISTRATIVE REQUIREMENTS
A. Preinstallation Meeting : Conduct a preinstallation meeting one week prior to the start of
the work of this section; require attendance by all affected installers.
1.6 SUBMITTALS
A. Project Record Documents: Record actual locations of piers , pier diameter, and pier
length. Accurately record the following:
1. Sizes , lengths, and locations of piers.
2. Deviation from indicated locations.
3. Placement and configuration of reinforcement deviations .
PART 2 PRODUCTS
2.1 MATERIALS
A. Concrete Materials and Mix: Specified in Section 03300; using Type I cement, maximum
3/4 inch aggregate size, 3 ,000 psi 28 day strength, 3 inch slump .
B. Reinforcement: Specified in Section 03200 ; Concrete Reinforcement.
PART 3 EXECUTION
3.1 PREPARATION
A. Use placement method which will not cause damage to nearby structures.
B. Protect structures near the work from damage.
3.2 INSTALLATION
City of Fort Worth
McAlister Rd Improvements 02468-2
DRILLED CONCRETE PIERS (CAISSONS)
90% Subm ital
Nov 30 , 2009
A. Construct piers in accordance with ACI 336.1.
B. Drill vertical pier shafts to diameters and depths indicated.
C. Place steel casings only if required due to uncontrolled soil soughing immediately after
drilling . Set firmly in place. If casing is to be temporary, install shaft liner with sufficient
strength to withstand concrete pressures.
D. Clean shaft and bottom of loose material. Maintain shafts free of water
E. Allow inspection of shaft and liner prior to place ment of reinforcement and concrete.
F. Place re inforcing stee l in accordance with Sectio n 032 00.
G. Place concrete in single pour, in accordance w it h Section 03300 with equipment designed
for vertical p lacement of concrete.
H. Install pole anchor bolts , using template in accordance with pole manufacturer
requirements .
I. Form top of pier w ith round sonot ube. Chamfer top edge of pier 3/4". Remove sonotube
form after concrete sets.
J. Coordinate casing w ithdrawal with concrete placement so that concrete pressure head
exceeds anticipated outside soil and water pressure above bottom of casing at all times
during withdrawal.
K. Set tops of piers to elevations indicated .
3.3 TOLERANCES
A. Install piers with maximum variation from location , plumbness, bottom area , diameter, and
anchorage locations as specified in ACI 336 .1.
B. Maximum Variation From Design Top Elevation: Plus 3 inches, minus 1 inch.
C . Maximum Out-of-Position : 2 inches.
3.4 UNACCEPTABLE PIERS
A. Unacceptable Piers : Piers that fail, are placed out of position, are below elevations , or
are damaged.
B. Provide additiona l piers or replace piers failing to conform to specified requirements.
City of Fort Worth
McAlister Rd Improvements
END OF SECTION
02468 - 3
DRILLED CONCRETE PIERS (CAISSONS)
90% Submital
Nov 30 , 2009
PART 1 GENERAL
1.1 SECTION INCLUDES
A . Metal conduit.
B. Nonmetallic duct.
C. Ground boxes .
SECTION 02582
UNDERGROUND ELECTRICAL DUCTS
1.2 RELATED REQUIREMENTS
A. Section 023 15 -Excavat ion.
B. Section 02317 -Trenching for Site Utilities : Excavating, bedding, and backfilling.
1.3 PRICE AND PAYMENT PROCEDURES
A. See Section -Unit Prices , for additional unit price requirements.
B. Ductbank: Direct Buried.
1. Underground Electrical Duct Banks is subsidiary to Item 618, Conduit.
C. Measurement and Payment: Ground Boxes: TxDOT Item 624 Ground Boxes.
1. Basis of Measurement: this item will be measured by each ground box complete in
place.
2 . Basis of Payment: the work performed and materials furnished in accordance with
this item and measured as provided under "Measurement" will be paid for at the unit
price bid for "Ground Boxes" of the types and sizes specified. This price is full
compensation for excavating and backfilling; constructing, furnishing, and installing
the ground boxes and concrete aprons when required; and equipment, labor,
materials, tools, and incidentals.
1.4 REFERENCE STANDARDS
A. ASTM C 857 -Standard Practice for Minimum Structura l Design Loading for Underground
Precast Concrete Utility Structures.
B. ASTM C 858 -Standard Specification for Underground Precast Concrete Utility
City of Fort Worth UNDERGROUND ELECTRICAL DUCTS
McAlister Rd Improvements 02582 - 1 90% Submital
Nov 30, 2009
Structures.
C . ASTM C 891 -Standard Practice for Installation of Underground Precast Concrete Utility
Structures.
D. ASTM C 1037 -Standard Practice for Inspection of Underground Precast Concrete Utility
Structures.
E. IEEE C2 -National Electrical Safety Code; Institute of Electrical and Electronic Engineers.
F. NFPA 70 -National Electrical Code; National Fire Protection Association.
1.5 SUBMITTALS
A. Product Data: Provide for Ground Boxes.
B. Shop Drawings: Indicate dimensions, reinforcement, size and locations of openings, and
accessory locations for precast manholes.
C. Manufacturer's Instructions: Indicate application conditions and limitations of use
stipulated by product testing agency specified under Quality Assurance. Include
instructions for storage , handling, protection , examination , preparation, and installation of
product.
D. Project Record Documents: Record actual routing and elevations of underground conduit
and duct, and locations and sizes of manholes, ground boxes and other items.
1.6 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
PART 2 PRODUCTS
2.1 GROUND BOXES:
A. Ground boxes and covers shall be manufactured from reinforced polymer concrete (RPM)
composed of borosilicate glass fiber, a catalized polyester resin and an aggregate. Side
walls may be fiber reinforced polymer. Bottom edge of box or extension shall be footed
with a minimm 1 1 /4" flange.
B. Cover lift eye molded with cover.
C . Cover lettering, 1" incised letters "LIGHT & SIGNAL".
D. Loading: must withstand 12,000 lb per wheel load. Load requirements shall be certified by
City of Fort Worth UNDERGROUND ELECTRICAL DUCTS
McAlister Rd Improvements 02582 - 2 90% Submital
Nov 30 , 2009
independent laboratory tests which shall be submitted to the Engineer for approval.
2.2 ACCESSORIES
A. Underground Warning Tape: 4 inch wide plastic tape, detectable type colored red with
suitable warning legend describing buried electrical lines.
B. Aprons: Ground boxes and manhole ring and cover shall be installed with a reinforced
concrete apron as shown on drawings. Apron may be omitted where box or manhole is
installed in concrete paving.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that field measurements are as indicated.
B. Verify routing and termination locations of duct bank prior to excavation for rough-in.
C. Verify locations of manholes prior to excavating for installation.
D. Duct bank routing is shown in approximate locations unless dimensions are indicated.
Route as required to complete duct system.
E. Manhole locations are shown in approximate locations unless dimensions are indicated.
Locate as required to complete ductbank system.
END OF SECTION
City of Fort Worth
McAlister Rd Improvements 02582-3
UNDERGROUND ELECTRICAL DUCTS
90% Submital
Nov 30 , 2009
PART 1 GENERAL
1.1 SECTION INCLUDES
A. Concrete formwork.
B. Concrete reinforcement.
SECTION 03300
CAST-IN-PLACE CONCRETE
C. Miscellaneous concrete elements, including equ i pment pads and light pole bases.
D. Concrete curing.
1.2 RELATED REQUIREMENTS
A. Section 02468: Drilled Concrete Piers (Caissons).
1.3 PRICE AND PAYMENT PROCEDURES
A. Cast in place concrete shall be subsidiary to other items and will not be measured or paid
under this item.
1.4 REFERENCE STANDARDS
A. ACI 211.1 -Standard Practice for Selecting Proportions for Normal, Heavyweight, and
Mass Concrete; American Concrete Institute International.
B. ACI 301 -Specifications for Structural Concrete for Buildings; American Concrete Institute
International.
C. ACI 304R -Guide for Measuring, Mixing, Transporting, and Placing Concrete; American
Concrete Institute International.
D. ACI 305R -Hot Weather Concreting; American Concrete Institute International.
E. ACI 306R -Cold Weather Concreting; American Concrete Institute International.
F. ACI 308R -Guide to Curing Concrete; American Concrete Institute International.
G. ACI 318 -Building Code Requirements for Structural Concrete and Commentary;
American Concrete Institute International.
City of Fort Worth
McAlister Rd Improvements 03300 -1
CAST-IN-PLACE CONCRETE
90% Submital
Nov 30 , 2009
H. ASTM A 185/A 185M -Standard Specification for Steel Welded Wire Reinforcement ,
Plain , for Concrete .
I. ASTM A 615/A 615M -Standard Specification for Deformed and Plain Billet-Steel Bars for
Concrete Reinforcement.
J. ASTM C 33 -Standard Specification for Concrete Aggregates.
K. ASTM C 39/C 39M -Standard Test Method for Compressive Strength of Cylindrical
Concrete Specimens.
L. ASTM C 94/C 94M -Standard Specifi cat ion for Ready-Mixed Concrete.
M. ASTM C 150 -Standard Specification for Portland Cement.
N. ASTM C 173/C 173M -Standard Test Method for Air Content of Freshly Mixed Concrete
by the Volumetric Method.
0. ASTM C 260 -Standard Specification for Air-Entraining Admixtures for Concrete .
P. ASTM C 330 -Standard Specification for Lightweight Aggregates for Structural Concrete.
Q . ASTM C 685/C 685M -Standard Specification for Concrete Made by Volumetric Batching
and Continuous Mixing.
1.5 SUBMITTALS
A. Product Data: Submit manufacturers' data on manufactured products showing
compliance with specified requirements .
1.6 QUALITY ASSURANCE
A . Perform work of this section in accordance with ACI 301 and ACI 318.
B. Follow recommendat ions of ACI 305R when concreting during hot weather.
C. Follow recommendations of ACI 306R when concreting during cold weather.
PART 2 PRODUCTS
2.1 FORMWORK
A. Form Materials:'s choice of standard products with sufficient strength to withstand
hydrostatic head without distortion in excess of permitted tolerances.
City of Fort Worth
McAlister Rd Improvements 03300 -2
CAST-IN-PLACE CONCRETE
90% Submital
Nov 30 , 2009
1. Form Coating: Release agent that will not adversely affect concrete or interfere with
application of coatings.
2.2 REINFORCEMENT
A. Reinforcing Steel: ASTM A 615/A 615M Grade 60 (420).
1. Type: Deformed billet-steel bars.
2. Finish: Unfinished , unless otherwise indicated.
B. Steel Welded Wire Reinforcement: ASTM A 185/A 185M, plain type .
1. Form: Coiled Rolls.
2 . Mesh Size: 6 x 12.
3. Mesh Size and Wire Gage: As indicated on drawings.
C. Reinforcement Accessories:
1. Tie Wire: Annealed, minimum 16 gage.
2. Chairs, Bolsters, Bar Supports, Spacers: Sized and shaped for adequate support of
reinforcement during concrete placement.
2.3 CONCRETE MA TE RIALS
A. Cement: ASTM C 150, Type I -Normal portland type.
B. Fine and Coarse Aggregates: ASTM C 33.
C. Lightweight Aggregate: ASTM C 330.
D. Water: Clean and not detrimental to concrete.
2.4 CHEMICAL ADMIXTURES
A. Do not use chemicals that will result in soluble chloride ions in excess of 0.1 percent by
weight of cement.
B. Air Entrainment Admixture: ASTM C 260.
2.5 CONCRETE MIX DESIGN
A. Proportioning Normal Weight Concrete: Comply with ACI 211.1 recommendations.
City of Fort Worth CAST-IN-PLACE CONCRETE
McAlister Rd Improvements 03300 - 3 90% Submital
Nov 30, 2009
B. Concrete Strength: Establish required average strength for concrete on the basis of field
ex perience or t rial mixtures , as specified in ACI 301.
1. For tria l mixtures method , employ independent testing agency acceptable to
Kimley-Horn , Inc for preparing and reporting proposed mix designs .
C. Admixtures : Add acceptable admixtures as recommended in ACI 211.1 and at rates
recommended by manufacturer.
D. Structural Lightweight Concrete:
1. Compressive Strength , when tested in accordance with ASTM C 39/C 39M at 28
days: 3 ,000 psi.
2. Cement Content: Minimum _ lb per cubic yard .
3. Water-Cement Ratio : Maximum 4 0 percent by weight.
4. Total Air Content: 3 percent, determined in accordance with ASTM C 173/C 173M.
5. Maximum Slump : 3 inches.
6 . Max imum Aggregate Size: 5/8 inch.
7. Maximum dry unit weight: 115 lb pe r cubic foot.
2.6 MIXING
A. On Project Site: Mix in drum type batch mixer, complying with ASTM C 685. Mix each
batch not less than 1-1/2 minutes and not more than 5 minutes.
B. Transit Mixers : Comply with ASTM C 94/C 94M.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify lines, levels, and dimensions before proceeding with work of this section .
3.2 PREPARATION
A. Formwork: Comply with requirements of ACI 301. Design and fabricate forms to
support all applied loads until concrete is cured , and for easy removal without damage to
concrete .
City of Fort Worth
McAlister Rd Improvements 03300 -4
CAST-IN-PLACE CONCRETE
90% Submital
Nov 30 , 2009
B. Verify that forms are clean and free of rust before applying release agent.
C. Coordinate placement of embedded items with erection of concrete formwork and
placement of form accessories.
3.3 INSTALLING REINFORCEMENT
A. Comply with requirements of ACI 301 . Clean re inforcement of loose rust and mill scale ,
and accurately position, support, and secure in place to achieve not less than minimum
concrete coverage required for protection .
B. Install welded wire reinforcement in maximum possible lengths, and offset end laps in
both directions. Splice laps with tie wire .
C. Verify that anchors , seats, plates, reinforcement and other items to be cast into concrete
are accurately placed , pos itioned securely, and will not interfere with concrete placement.
3.4 PLACING CONCRETE
A . Place concrete in accordance with ACI 304R.
B. Notify Kiml ey-Ho rn , Inc not less than 24 hours prio r to commencement of placement
operations .
C. Ensure reinforcement, inserts , and embedded parts will no t be disturbed during concrete
placement.
3.5 CONCRETE FINISHING
A. Unexposed Form Finish: Rub down or chip off fins o r othe r raised areas 1/4 inch or more
in height.
B. Exposed Form Finish: Rub down or chip off and smooth fins or other raised areas 1/4
inch or more in height. Provide finish as follows:
3.6 CURING AND PROTECTION
A. Comply with requirements of ACI 308R. Immediately after placement , protect concrete
from premature drying , excessively hot or cold tempe ratures, and mechanical injury .
B. Maintain concrete with minimal moisture loss at relatively constant temperature for period
necessary for hydration of cement and hardening of concrete.
3.7 FIELD QUALITY CONTROL
A. An independent testing agency will perform field quality control tests, as spec ified in
City of Fort Worth
McAlister Rd Improvements 03300 -5
CAST-IN-PLACE CONCRETE
90% Submital
Nov 30 , 2009
Section O 1400.
B. Provide free access to concrete operations at project site and cooperate with appointed
firm.
C. Submit proposed mix design of each class of concrete to inspection and testing firm for
review prior to commencement of concrete operations.
D. Tests of concrete and concrete materials may be performed at any time to ensure
conformance with specified requirements.
E. Compressive Strength Tests : ASTM C 39/C 39M. For each test, mold and cure three
concrete test cylinders. Obtain test samples for every 100 cu yd or less of each class of
concrete placed.
F. Take one additional test cylinder during cold weather concreting, cured on job site under
same conditions as concrete it represents.
3.8 DEFECTIVE CONCRETE
A. Test Results: The testing agency shall report test results in writing to K imley-Horn , Inc
and within 24 hours of test.
B. Defective Concrete: Concrete not conforming to required lines, details, dimensions ,
tolerances or specified requirements .
C. Repair or replacement of defective concrete will be determined by the Kiml ey-Horn , Inc.
The cost of additional testing shall be borne by when defective concrete is identified.
D. Do not patch, fill, touch-up , repair, or replace exposed concrete except upon express
direction of Kimley-Horn , In c for each individual area.
City of Fort Worth
McAlister Rd Improvements
END OF SECTION
03300-6
CAST-IN-PLACE CONCRETE
90% Subm ital
Nov 30 , 2009
PART 1 -GENERAL
1.1 SECTION INCLUDES
SECTION 16060
GROUNDING AND BONDING
A. Grounding and bonding components .
B. Provide all components necessary to comp lete the groundi ng system(s) cons isting of:
1. Concrete-encased elect rode.
2. Ufer grounds .
3. Rod electrodes.
4. Insulated ground w ire in conduit.
1.2 REFERENCES
A. NETA STD ATS -Acceptance Testing Specifications fo r Elect rical Power Distribution
Equipment and Systems; International Electrical Testing Association.
B. NFPA 70 -National Electrical Code ; National Fire Protection Association.
C. TXDOT ED STANDARD DETAIL ED (-)-03 Standard Details as applicable .
D. City of Ft Worth Standard Details as applicable.
1.3 UNIT COST: MEASUREMENT AND PAYMENT
A. Basis of Measuement: Grounding and Bonding shall be subsid iary to other items and w ill
not be measured under this section.
1.4 SUBMITTALS
A. See Section 01340 -Shop Drawings, Product Data and Samples .
B . Product Data: Provide for grounding electrodes and connections.
C. Project Record Documents: Record actual locations of components and grounding
electrodes.
City of Fort Worth
McAlister Rd Improvements 16060 -1
GROUNDING AND BONDING
90% Submital
Nov 30, 2009
1.5 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Laboratories Inc . as suitable for the
purpose specified and indicated.
PART 2 -PRODUCTS
2 .1 MANUFACTURERS
A . Cooper Power Systems: www.cooperpower.com .
B. Framatome Connectors International: www.fciconnect.com.
C. Lightning Master Corporation: www.lightningmaster.com.
2.2 ELECTRODES
A. Manufacturers :
1. Cooper Power Systems: www.cooperpower.com.
2 . Framatome Connectors International : www.fciconnect.com.
3. Lightning Master Corporation: www.lightningmaster.com.
8 . Rod Electrodes : Copper-clad steel.
1. Diameter: 3/4 inch.
2. Length: 10 feet.
2.3 CONNECTORS AND ACCESSORIES
A. Mechanical Connectors: Bronze.
B. Exothermic Connections:
1. Product: ONESHOT manufactured by Erico-Cadweld.
C. Wire: Stranded copper.
D. Grounding Electrode Conductor: Size to meet NFPA 70 requirements .
City of Fort Worth
McAlister Rd Improvements 16060 -2
GROUNDING AND BONDING
90% Submital
Nov 30 , 2009
PART 3 -EXECUTION
3.1 EXAMINATION
A. Verify that final backfill and compaction has been completed before driving rod electrodes.
3.2 INSTALLATION
A. Install ground electrodes at locations indicated ..
B . Install ground elecgtrode at each lighting pole, lighting controller, and ground box.
C. Ufer ground: Install 4 AWG bare copper wire in pole foundat ion footing.
D. Provide grounding electrode conductor and connect to reinforcing steel in foundation
footing where indicated . Bond steel together.
E. Equipment Grounding Conductor: Provide separate, insulated conductor within each
feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing.
F. Install equipment grounding conductor bond to lighting pole ground lug or pad.
3.3 FIELD QUALITY CONTROL
A. Perform inspections and tests listed in NETA STD ATS , Section 7 .13.
City of Fort Worth
McAl ister Rd Improvements
END OF SECTION
16060 - 3
GROUNDING AND BONDING
90% Submital
Nov 30 , 2009
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Nameplates and labels .
8 . W ire and cable markers.
SECTION 16075
ELECTRICAL IDENTIFICATION
1.2 REFERENCE STANDARDS
A. NFPA 70 -National Electrical Code; National Fire Protection Association
B. TXDOT ED STANDARD DETAIL ED (-)-03 Standard Details as applicable.
C. City of Fort Worth Dept of Transportation Standard Details as applicable.
1.3 UNIT COST; MEASUREMENT AND PAYMENT
A. Electrical ldentilfication is subs idiary to other Items and will not be measured under this
section.
1.4 SUBMITTALS
A. See Section 01340 -Shop Drawings, Product Data and Samp les
B. Product Data: Provide catalog data for nameplates , labels, and markers.
1.5 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Labora tories Inc. as suitable for purpose
specified and shown.
PART 2 -PRODUCTS
2.1 MANUFACTURERS
A . Brady Corporation : www.bradycorp .com.
B. Seton Identification Products: www.seton.com/aec.
City of Fort Worth
McAlister Rd Improvements 16075 -1
ELECTRICAL IDENTIFICATION
90% Submital
Nov 30 , 2009
C. HellermannTyton: www.hellermanntyton.com.
D. Substitutions: See Section 01600 -Product Requirements.
2.2 NAMEPLATES AND LABELS
A. Nameplates: Engraved three-layer laminated plastic , black letters on white background.
B. Locations:
1. Each electrical distribution and control equipment enclosure.
C. Letter Size :
1. Use 1/8 inch letters for identifying individual equipment and loads.
2. Use 1/4 inch letters for identifying grouped equipment and loads.
2.3 WIRE MARKERS
A. Description: tape, split sleeve , or tubing type wire markers.
B. Locations: Each conductor at panelboard gutters , pull boxes , outlet boxes , and junction
boxes each load connection.
C. Legend:
1. Power and Lighting Circuits: Branch circuit or feeder number indicated on drawings.
2. Control Circuits: Control wire number indicated on schemat ic and interconnection
diagrams on drawings.
2.4 UNDERGROUND WARNING TAPE
A. Description: 4 inch wide x 5mil plastic tape , detectable type .00035 metalized foil. The
tape shall be reverse printed, diagonally striped in bright red, laminated to aluminum foil
which is laminated to a polyethylene film , with warning legend: CAUTION BURIED
ELECTRIC LINE BELOW in permanent printing.
PART 3 -EXECUTION
3.1 PREPARATION
A. Degrease and clean surfaces to receive nameplates and labels.
City of Fort Worth
McAlister Rd Improvements 16075 - 2
ELECTRICAL IDENTIFICATION
90% Submital
Nov 30 , 2009
3.2 INSTALLATION
A. Install nameplates and labels parallel to equipment lines .
B. Secure nameplates to equipment front using screws.
C. Secure nameplates to inside surface of door on panelboa rd that is recessed in finished
locations.
D. Identify conductors using continuously colored conductor for #10 and smaller AWG;
Continuously colored or with colored electrical tape minimum of 6" triple lapped where
accessible.
E. Identify conductors as follows:
1. 480 Volt System : A ph , Brown; B ph , Orange ; N , Gray; G, bare or green ..
2. 120/240 Volt System: A ph , Red; B ph Black; Neutral , White ; Ground , Green or bare .
F. Identify underground condu its using underground warning tape . Install one tape per
trench below finished grade.
City of Fort Worth
McAlister Rd Improvements
END OF SECTION
16075-3
ELECTRICAL IDENTIFICATION
90% Submital
Nov 30 , 2009
SECTION 16095
MINOR ELECTRICAL DEMOLITION
PART 1 GENERAL
1.1 SECTION INCLUDES
A . Electrical demolition.
1.2 UNIT COST: MEASUREMENT AND PAYMENT: Electrical Demolition is not measured or
paid under this item. Electrical Demolition is subsidiary to other items.
PART 2 PRODUCTS
2.1 MATERIALS AND EQUIPMENT
A. Materials and equipment for patching and extending work: As specified in individual
sections.
PART 3 EXECUTION
3.1 EXAMINATION
A. Verify that abandoned wiring and equipment serve only abandoned facilities.
B. Demolition drawings are based on casual field observation and existing record
documents.
C. Report discrepancies to Kimley-Horn , Inc before disturbing existing installation.
D. Beginning of demolition means installer accepts existing conditions.
3.2 PREPARATION
A. Coordinate utility service outages with utility company.
B. Provide temporary wiring and connections to maintain existing systems in service during
construction. When work must be performed on energized equipment or circuits, use
personnel experienced in such operations.
C. Existing Electrical Service: Maintain existing system in service until new system is
complete and ready for service. Disable system only to make switchovers and
connections. Minimize outage duration.
City of Fort Worth
McAlister Rd Improvements 16095 -1
MINOR ELECTRICAL DEMOLITION
90% Submital
Nov 30, 2009
1. Obtain permiss ion from City of Fort W orth at least 24 hours before partially or
completely disabling system.
3.3 DEMOLITION AND EXTENSION OF EXISTING ELECTRICAL WORK
A. Remove, relocate , and extend existing installations to accommodate new construction .
B. Remove abandoned wiring to source of supply.
C. Remove exposed abandoned conduit to 24" be low grade , Cut conduit square and plug
ends. and patch surfaces.
D. Disconnect and remove abandoned luminaires . Remove bracket s, stems , hangers, and
other accessories .
E. Repair adjacent construct ion and finishes damaged during demolition and extension work.
F. Maintain access to existing electri cal installations that remain active. Modify installation
or provide access panel as appropriate.
G. Remove existing lighting poles with care to preserve integrity. Deliver to City of Ft. Worth
at location as d irected.
H. Remove ex isting pole foundations to 24 " below final grade.
END OF SECTION
City of Fort Worth
McAlister Rd Improvement s 16095 -2
MINOR ELECTRICAL DEMOLITION
90% Submital
Nov 30 , 2009
SECTION 16123
LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
PART 1 -GENERAL
1.1 SECTION INCLUDES
A. Wire and cable for 600 volts and less.
B. Wire and cable for underground street lighting, 600V.
C. Wiring connectors and connections.
1.2 RELATED REQUIREMENTS
A. Section -Excavation.
B. Section -Trenching for Site Utilities: Excavating, bedding, and backfilling .
C. Section -Electrical Identification.
1.3 MEASUREMENT AND PAYMENT (TxDOT Item 620 Electrical Conducors)
A. Low Voltage Electrical Conductor:
1. Measurement: Basis of measurement is by the linear foot for each size, type or
configuration. This is a plans quantity measurement item. The quantity to be paid is
the quantity shown on the proposal.
2 . Payment: The work performed and materials furnished in accordance with this Item
and measured as provided under "Measurement" will be paid for at the unit price bid
for "Electrical Conductors" of the types and sizes specified. This price is full
compensation for furnishing, installing, and testing electrical conductors and for
equipment, labor, tools, and incidentals, except that
a. conductors used in connecting the components of electrical services will be paid
for under Item 628, "Electrical Services".
b. conductors inside illumination assemblies will be paid for under Item 610
"Roadway Illumination Assemblies"
c. conductors used for internal wiring of equipment will not be paid for directly but
will be subsidiary to pertinent Items.
d. Removal: This price is full compensation for removing conductors from conduit,
poles and other apparatus , salvage and disposal. Where conductor can not be
removed, it shall be cut back to 24" below grade. Payment will not be made for
conductor which remains abandoned in place.
City of Fort Worth
McAlister Rd Improvements
LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
16123 - 1 90% Submital
Nov 30, 2009
1.4 REFERENCE STANDARDS
A . NECA 1 -Standard for Good Workmanship in Electrical Contracting; National Electrical
Contractors Association.
B. TXDOT ED STANDARD DETAIL ED (-)-03 Standard Details as applicable ..
C. City of Fort Worth Dept of Transportation; Details and Standards.
D. NETA STD ATS -Acceptance Testing Specifications for Electrical Power Distribution
Equipment and Systems; International Electrical Testing Association.
E . NFPA 70 -National Electrical Code; National Fire Protection Association.
F. TXDOT Construction Specifications -Item 620 Electrical Conductors.
G. City of Fort Worth Dept of Transportation Standard Details and Specifications.
1.5 SUBMITTALS
A. Product Data: Provide for each cable assembly type .
B. Project Record Documents: Record actual locations of components and circuits.
1.6 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
B. Products: Furnish products listed and classified by Underwriters Laboratories Inc. as
suitable for the purpose specified and indicated.
PART 2 -PRODUCTS
2.1 WIRING REQUIREMENTS
A. Exterior Locations: Use only copper building wire with Type XHHW insulation in
raceway.
B. Underground Installations: Use only copper building wire with Type XHHW insulation in
raceway.
C. Street lighting Installations: Use only copper build i ng wire in raceway or building wire
with Type XHHW insulation in raceway.
D. Use conductor not smaller than 12 AWG for power and lighting circuits.
City of Fort Worth
McAlister Rd Improvements
LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
16123 - 2 90% Submital
Nov 30, 2009
E. Use conductor not smaller than 16 AWG for control circuits.
2.2 BUILDING WIRE
A. Description: Single conductor insulated wire.
B. Conductor: Copper.
C . Insulation Voltage Rating: 600 volts.
D. Insulation: NFPA 70, Type XHHW .
2.3 WIRING CONNECTORS
A. Underground connectors: GelCaps, UL listed for 600V application. See through cover.
B. Connectors shall be waterproof, submersible.
C. Split Bolt Connectors:
D. Solderless Pressure Connectors:
E. Spring Wire Connectors:
F. Compression Connectors:
PART 3 -EXECUTION
3.1 EXAMINATION
A. Verify that mechanical work likely to damage wire and cable has been completed.
B. Verify that raceway installation is complete and supported.
C. Verify that field measurements are as indicated .
3.2 PREPARATION
A. Completely and thoroughly swab raceway before installing wire.
3.3 INSTALLATION
A. Install wire and cable securely , in a neat and workmanlike manner, as specified in NECA
1.
City of Fort Worth
McAlister Rd Improvements
LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
16123 -3 90% Submital
Nov 30, 2009
B. Route wire and cable as required to meet project conditions.
1. Include wire and cable of lengths required to install connected devices within 10 ft of
location shown.
C. Use wiring methods indicated.
D. Pull all conductors into raceway at same time.
E. Use suitable wire pulling lubricant for bui ld ing wire 4 AWG and larger.
F. Neatly train and lace wiring inside boxes , equipment , and panelboards.
G. Clean conductor surfaces before installing lugs and connectors.
H. Make splices, taps, and terminations to carry full ampacity of conductors with no
perceptible temperature rise.
I. Use basket type conductor supports at the top and bottom of illumination poles. Tension
to prevent 'slapping' within pole.
J . Identify and color code wire and cable under provisions of Section 16075. Identify each
conductor with its circuit number or other designation indicated.
3.4 FIELD QUALITY CONTROL
A. Perform field inspection and testing in accordance with Section 01400.
B. Inspect and test in accordance with NET A STD ATS , except Section 4.
C. Perform inspections and tests listed in NETA STD ATS, Section 7.3 .2.
City of Fort Worth
McAlister Rd Improvements
END OF SECTION
LOW-VOLTAGE ELECTRICAL POWER CONDUCTORS AND CABLES
16123 -4 90% Submital
Nov 30, 2009
PART 1 -GENERAL
1.1 SECTION INCLUDES
SECTION 16131
CONDUIT
A . Conduit , fittings and conduit bodies.
1.2 RELATED REQUIREMENTS
A. Section 02315 -Excavation.
B. Sect ion 02317 -Trenching for Site Utilities.
C. Section 02446 -Boring , Jacking , and Tunneling Conduits.
D. Section 02815 -Underground Electrical Ducts and Manholes.
E. Section 16060 -Grounding and Bonding.
F. Section 16075 -Electrical Iden t ification.
1.3 MEASUREMENT AND PAYMENT (TxDOT Item 618 Conduit)
A. Measurement: Basis of measurement is by the linear foot for each size , type or
configuration; to include trench safety. Measurement includes conduit placed in
conjunction with Boring, Jacking and Tunneling Conduits. This is a plans quantity
measurement item. The quantity to be paid is the quantity shown on the proposal.
B. Payment: The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price bid for
"Conduit" of the types and sizes specified. This price is full compensation for furnishing ,
installing conduit; hanging, strapping, jacking, boring, tunneling, excavating, and
furnishing and placing backfill, replacing pavement structure, sod , riprap, curbs , or other
surface; marking location of conduit; furnishing and installing fitings , junction boxes, and
expans ion joints; and equipment, labor, tools and incidentals . Flexible conduit will not be
paid directly and will be subsidiary to pertinent Items.
1. Unless otherwise shown on the plans , no payment will be allowed under this item for
conduit used on electrical services or in foundations.
1.4 REFERENCE STANDARDS
A . ANSI C80.1 -American National Standard for Electrical Rigid Steel Conduit (ERSC).
City of Fort Worth
McAlister Rd Improvements 16131 -1
CONDUIT
90% Submital
Nov 30, 2009
B. NECA 1 -Standard Practices for Good Workmanship in Electrical Contracting; National
Electrical Contractors Association .
C. NECA 101 -Standard for Installing Steel Conduit (Rigid, IMC, EMT); National Electrical
Contractors Association.
D. NEMA FB 1 -Fittings, Cast Metal Boxes, and Conduit Bodies for Conduit, Electrical
Metallic Tubing, and Cable; National Electrical Manufacturers Association.
E. NEMA RN 1 -Polyvinyl Chloride (PVC) Externally Coated Galvanized Rigid Steel Conduit
and Intermediate Metal Conduit; National Electrical Manufacturers Association.
F. NEMA TC 2 -Electrical Polyvinyl Chloride (PVC) Tubing and Conduit; National Electrical
Manufacturers Association.
G. NEMA TC 3 -PVC Fittings for Use with Rigid PVC Conduit and Tubing; National Electrical
Manufacturers Association.
H. NFPA 70 -National Electrical Code; National Fire Protection Association.
I. TXDOT STANDARD DETAIL ED (-)-03 Standard Details as applicable.
J. TXDOT Standard Specifications, Item 618 Conduit.
1.5 SUBMITTALS
A. See Section 01300 -Administrative Requirements for submittals procedures.
B. Product Data: Provide for metallic conduit, flexible metal conduit, liquidtight flexible metal
conduit, nonmetallic conduit, fittings, and conduit bodies.
C. Project Record Documents: Accurately record actual routing of conduits.
1.6 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Laboratories Inc. as suitable for purpose
specified and shown.
1. 7 DELIVERY, STORAGE, AND HANDLING
A. Protect conduit from corrosion and entrance of debris by storing above grade. Provide
appropriate covering.
City of Fort Worth
McAlister Rd Improvements 16131 -2
CONDUIT
90% Submital
Nov 30, 2009
B. Protect PVC conduit from sunlight.
PART 2 -PRODUCTS
2.1 CONDUIT REQUIREMENTS
A. Conduit Size: Comply with NFPA 70 .
1. Minimum Size: 3/4 inch unless otherwise specified.
B. Underground Installations:
1. Direct buried underground: Schedule 40 PVC, galvanized rigid steel, PVC coated
galvanized rigid steel or as otherwise required.
2. In or Under Slab on Grade: Use rigid steel conduit, plastic coated conduit, or
thickwall nonmetallic conduit.
C. Bends and Stub-ups into pole bases and equipment.
1. Use PVC coated RMC.
D. Outdoor Locations Above Grade: Use rigid steel conduit or rigid aluminum conduit.
2.2 METAL CONDUIT
A. Manufacturers:
1. Allied Tube & Conduit: www.alliedtube.com.
2. Beck Manufacturing, Inc: www.beckmfg.com.
3. Picoma: http://www.picoma.com.
4. Wheatland Tube Company: www.wheatland.com.
B. Rigid Steel Conduit: ANSI C80.1.
C. Fittings and Conduit Bodies: NEMA FB 1; material to match conduit.
2.3 PVC COATED METAL CONDUIT
A. Manufacturers:
1. Allied Tube & Conduit: www.alliedtube.com.
City of Fort Worth
McAlister Rd Improvements 16131 - 3
CONDUIT
90% Submital
Nov 30, 2009
2. Thomas & Betts Corporation: www.tnb .com .
3. Robroy Industries: www.robroy.com.
B. Description: NEMA RN 1; rigid steel conduit with external PVC coating.
C. Description: NEMA RN 1; rigid steel conduit with external PVC coating, 20 mil thick.
D. Fittings and Conduit Bodies: NEMA FB 1; steel fittings with external PVC coating to
match conduit.
2.4 LIQUIDTIGHT FLEXIBLE METAL CONDUIT
A. Manufacturers:
1. AFC Cable Systems, Inc: www.afcweb.com.
2. Electri-Flex Company: www.electriflex.com.
3. International Metal Hose: www.metalhose.com.
B. Description: Interlocked steel construction with PVC jacket.
C. Fittings: NEMA FB 1.
2.5 NONMETALLIC CONDUIT
A. Manufacturers:
1. Allied Electrical Group: www.alliedeg.com:
2. Carlon: ww.carlon.com: www.carlon.com.
3. Cresline Northwest: www.cresline.com:
4 . Substitutions: See Section 01600 -Product Requirements.
B. Description: NEMA TC 2; Schedule 40 PVC.
C. Fittings and Conduit Bodies: NEMA TC 3.
City of Fort Worth
McAlister Rd Improvements 16131 - 4
CONDUIT
90% Submital
Nov 30 , 2009
PART 3 -EXECUTION
3.1 EXAMINATION
A. Verify that field measurements are as shown on drawings.
B. Verify routing and termination locations of conduit prior to rough-in.
C. Conduit routing is shown on drawings in approximate locations unless dimensioned.
Route as required to complete wiring system.
3.2 INSTALLATION
A. Install conduit securely, in a neat and workmanlike manner, as specified in NECA 1.
B. Install steel conduit as specified in NECA 101.
C. Install nonmetallic conduit in accordance with manufacturer's instructions.
D. Arrange supports to prevent misalignment during wiring installation.
E. Maintain adequate clearance between conduit and piping.
F. Cut conduit square using saw or pipecutter; de-burr cut ends.
G. Bring conduit to shoulder of fittings ; fasten securely.
H. Join nonmetallic conduit using cement as recommended by manufacturer. Wipe
nonmetallic conduit dry and clean before joining. Apply full even coat of cement to entire
area inserted in fitting. Allow joint to cure for 20 minutes, minimum .
I. Use conduit hubs to fasten conduit to sheet metal boxes in damp and wet locations.
J. Install no more than equivalent of three 90 degree bends between boxes. Use conduit
bodies to make sharp changes in direction, as around beams. Use hydraulic one shot
bender to fabricate bends in metal conduit larger than 2 inch size.
K. Provide suitable pull string in each empty conduit except sleeves and nipples.
L. Use suitable caps to protect installed conduit against entrance of dirt and mo isture.
M. Ground and bond conduit under provisions of Section 16060.
N. Identify conduit under provisions of Section 16075.
END OF SECTION
City of Fort Worth
McAJister Rd Improvements 16131 -5
CONDUIT
90% Submital
Nov 30, 2009
PART 1 -GENERAL
1.1 SECTION INCLUDES
SECTION 16139
CABINETS AND ENCLOSURES
A. Hinged cover enclosures.
B. Cabinets.
C. Terminal blocks.
D. Accessories.
1.2 RELATED REQUIREMENTS
A. Section 16210 -Electrical Utility Services
B. Section 16060 -Grounding and Bonding
1.3 UNIT COST : MEASUREMENT AND PAYMENT
A. Items in this section will not be measured and are subsidiary to other Items.
1.4 REFERENCE STANDARDS
A. NECA 1 -Standard Practices for Good Workmanship in Electrical Contracting; National
Electrical Contractors Association.
B. NEMA 250 -Enclosures for Electrical Equipment (1000 Volts Maximum); National
Electrical Manufacturers Association.
C. NFPA 70 -National Electrical Code ; National Fire Protection Association.
D. TXDOT STANDARD DETAIL ED (-)-03 Standard Details as applicable.
E. City of Fort Worth Dept of Transportation Details and Standards.
1.5 SUBMITTALS
A. Product Data: Provide manufacturer's standard data for enclosures and cabinets.
B. Cabinet Keys: Deliver to City of Fort Worth.
City of Fort Worth
McAlister Rd Improvements 16139-1
CABINETS AND ENCLOSURES
90% Submital
Nov 30, 2009
1.6 QUALITY ASSURANCE
A. Conform to requirements of NFPA 70.
B. Products: Listed and classified by Underwriters Laboratories Inc . as suitable for the
purpose specified and indicated.
PART 2 -PRODUCTS
2.1 HINGED COVER ENCLOSURES
A. Construction: NEMA 250, Type 1 or 3R steel enclosure.
B. Covers: Continuous hinge , held closed by flush latch operable by hasp and staple for
padlock.
C. Provide interior metal panel for mounting terminal blocks and electrical components; finish
with white enamel.
D . Enclosure Finish: Galvanized .
2.2 CABINETS
A. Boxes: aluminum , with natural finish.
B. Fronts: Steel, flush type with concealed trim clamps , door with concealed hinge, and
flush lock.
C. Provide metal barriers to form separate compartments wiring of different systems and
voltages.
D. Provide accessory feet and housekeeping pads for free-standing equipment.
E. Keys : Provide two of each different key.
2 .3 TERMINAL BLOCKS
A. Manufacturers:
1. Allen-Bradley/Rockwell Automation: www.ab .com .
2. Cooper Bussmann: www.bussmann.com.
3. WECO Electrical Connectors Inc: www.weco.ca.
City of Fort Worth
McAlister Rd Improvements 16139-2
CABINETS AND ENCLOSURES
90% Submital
Nov 30 , 2009
4. Approved equal.
B. Terminal Blocks : NEMA ICS 4 .
C . Power Terminals: Unit construction type with closed back and tubular pressure screw
connectors , rated 600 volts.
D. Signal and Control Terminals: Modular construction type , suitable for channel mounting ,
w it h tubular pressure screw connectors , rated 300 volts .
E. Provide gro u nd bus term inal block , with each connector bonded to enclosure.
2.4 ACCESSOR IES
A. Plast ic Raceway : P lastic channel w ith hinged or snap -on cove r.
PART 3 -EXECUTION
3 .1 INSTALLATION
A. Install secu rely , in a neat and workmanlike manne r, as specified in NECA 1.
B . Install enclosures and boxes plumb. Anchor securely to wall and st ructural supports at
each come r unde r the p rovisions of Section 1607 0.
C. Install cabinet fronts plumb.
3.2 CLEANING
A. Clean electrical parts to remove conductive and harmful mate rials.
B. Remove dirt and debris from enclosure.
C . Clean finishes and touch up damage.
END OF SECTION
City of Fort Worth
McAlister Rd Improvements 16139-3
CABINETS AND ENCLOSURES
90% Submital
Nov 30 , 2009
PART 1 GENERAL
1.1 SECTION INCLUDES
A . Service Enclosure.
SECTION 16210
ELECTRICAL UTILITY SERVICES
B. Panelboard and Contactor.
C . Photocell and controls.
D. Meter bases.
1.2 MEASUREMENT AND PAYMENT (TxDOT Item 628 Electrical Services)
A. Measurement: This Item will be measured by each electrical service installed or removed ,
including lighting controller.
B . Payment: The work performed and materials furnished in accordance with this Item and
measured as provided under "Measurement" will be paid for at the unit price bid fo r
"Electrical Serv ices" of the type specified or "Remove Electric Service".
1. Insta ll ation: This price is full compensation fo r paying all fees, permits, and other
costs, making arrangements with the utility company for all work and materials
provided by the utility company; furnishing , installing , and connecting all components
including poles, service supports, foundations, anchor bolts, riprap, enclosures ,
switches, breakers, conduit (from the service equipment including the elbow below
ground), fittings, brackets, bolts , hangers, and hardware; and equipment , labor tools,
and incidentals.
2. Removal: this price is full compensation for coordinating with the utility company to
disconnect and isolate the electrical service; removing the serv ice supports, removing
lighting controllers, backfilling holes, equipment, labor, tools, and incidentals .
1.3 REFERENCE STANDARDS
A. NECA 1 -Standard Practices for Good Workmanship in Electrical Contracting; National
Electrical Contractors Association.
B. NFPA 70 -National Electrical Code ; National Fire Protection Association.
C . TXDOT Electrical Details ED(4 thru 8)-03 as applicable.
City of Fort Worth
McAlister Rd Improvements 16210-1
ELECTRICAL UTILITY SERVICES
90 % Subm ital
Nov 30 , 2009
D. City of Fort Worth Dept of Transportation/ES I ESl-00-XXX-13
ESI-FTW-PS-AL-A-100(2)30 .
1.4 SYSTEM DESCRIPTION
A. System Characteristics: 480 volts , sing le phase, th ree -w ire, 60 Hertz.
1.5 ADMINISTRATIVE REQUIREMENTS
A. Preinstallation Meeting: Convene one week prior to commencing work of this section .
Review service entrance requ irements and deta ils with Utility Company representative.
1.6 SUBMITTALS
A. Product Data: Provide ratings and dimensions of transformer cabinets and meter bases.
1.7 QUALITY ASSURANCE
A. Perform work in accordance with utility company written requirements and NFPA 70.
1. Maintain one copy of each document on site.
B. Products: Listed and classified by Underwriters Laboratories Inc . as suitable for the
purpose specified and indicated .
PART 2 PRODUCTS
2.1 MANUFACTURERS
A. Electro! Systems, Inc . 433 Recoleta St , San Antonio Tx 78216 210.599 .6485.
B. Approved Equal.
2.2 COMPONENTS
A. Meter Base: Furnished by utility company .
B. Other service and metering components: As required by utility company.
C. Street Lighting Controller.
1. Pedestal type, aluminum housing, natural finish, per Electro! Systems Dwg
ESl-00-XXX-11 Exterior Detail.
2 . Panelboard.
City of Fort Worth
McAlister Rd Improvements 16210 - 2
ELECTRICAL UTILITY SERVICES
90% Submital
Nov 30 , 2009
-:,
3. Contactor.
4 . Power Block 175A.
5. 3 pos ition selector switch ; OFF-ON-AUTO .
6. Photoelectric Cell and socket.
D. Power and Control Wiring :
1. Contactor, 100A, 2P , 240V .
2. Pane lboard , SE rated and in accordance with Electro! Systems Dwg ESl-00-XXX-13
Power and Control Wiring.
E. Equipment pad:
1. Concrete pad, constructed similarly to TXDOT ED(8) -03.
2.3 Service:
A. 2" PVC conduit with pull cord from service pedestal to designated utility pole. Furnish and
install in accordance with Oncor standards and requirements.
PART 3 EXECUTION
3.1 PREPARATION
A. Arrange with utili ty company to obtain permanent electric service to the Project.
3.2 INSTALLATION
A. Install weat herhead and meter base as required by utility company.
B. Install securely, in a neat and workmanlike manner, as specified in NECA 1.
City of Fort Worth
McAlister Rd Improvements
END OF SECTION
16210-3
ELECTRICAL UTILITY SERVICES
90% Submital
Nov 30 , 2009
Details as applicable.
B. City of Fort Worth Dept of Transportation Street Luminaire Details.
C. ANSI C82.4 -American National Standard for Ballasts for High-Intensity-Discharge and
Low Pressure Sodium Lamps (Multiple-Supply Type).
D. IESNA LM-63 -ANSI Approved Standard File Fonnat for Electronic Transfer of
Photometric Data and Related Information.
E. !ESNA RP-8 -American National Standard Practice for Roadway Lighting; Illuminating
Engineering Society of North America (ANSI/IES RP8).
F. NECA/IESNA 501 -Recommended Practice for Installing Exterior Lighting Systems.
G. NFPA 70 -National Electrical Code; National Fire Protection Association.
1.5 SUBMITTALS
A. Templates of anchor bolt patterns.
B. Shop Drawings: Indicate dimensions and components for each luminaire that is not a
standard product of the manufacturer.
C. Product Data: Provide dimensions, ratings, and performance data.
1. Photometric Data: Submit on CD or DVD, in IESNA LM-63 standard format.
D. Manufacturer's Installation Instructions: Indicate application conditions and limitations of
use stipulated by product testing agency. Include instructions for storage, handling,
protection, examination, preparation, installation, and starting of product.
E. Maintenance Data: For each luminaire.
F. Maintenance Materials: Furnish the following for C ity of Fort Worth's use in maintenance
of project.
1. See Section 01600 -Product Requirements, for additional provisions.
2. Extra Lamps: One of each type and wattage.
3. Retractor and globe.
4. Touch-Up Paint: 2 gallons , to match color of pole finish.
1.6 QUALITY ASSURANCE
City of Fort Worth
McAlister Rd Improvements 16520 -2
EXTERIOR LUMINAIRES
90% Submital
Nov 30, 2009
=
A. Conform to requirements of NFPA 70.
B. Manufacturer Qualifications: Company specializing in manufacturing the products
specified in this section with minimum three years documented experience.
C. Electrical Components: Listed and classified by Underwriters Laboratories Inc. as
suitable for the purpose specified and indicated.
PART 2 -PRODUCTS
2.1 LUMINAIRES
A. Furnish products as indicated on Drawings and in Schedule included on the Drawings.
2.2 BALLASTS
A. High Intensity Discharge (HID) Ballasts: ANSI C82.4, metal halide lamp ballast, suitable
for lamp specified.
1. Voltage: 480.
2.3 LAMPS
A. High Intensity Discharge (HID) Lamps: High Pressure Sodium, wattage as scheduled,
conforming to City of Ft Worth standard.
2.4 POLES
A. Manufacturers:
1. Millerbernd Manufacturing: www.millerberndmfg.com.
2. USS Manufacturing Inc;: www.ussmfacturing.com.
3. Union Metal: www.unionmetal.com.
4. Valmont: www.valmont.com.
5. GE Lighting Systems: http//secure.gelighting.com
6. Hubbell: www.hubbell.com.
7. Other approved equals.
B. Poles: Galvanized Steel.
City of Fort Worth
McAlister Rd Improvements 16520 -3
EXTERIOR LUMINAIRES
90% Submital
Nov 30, 2009
1. Shape: Tapered round.
2. Base Diameter, as shown and scheduled .
3. Base Diameter, as shown and scheduled.
4. Height, as shown and scheduled.
5. Shoe Base.
6. Accessories :
a. Handhole and ground ing lug
b . Anchor bolts, as shown and scheduled .
c. Bracket, 8ft, single as shown and scheduled .
C . Loading Capacity Ratings: as shown on drawings and as required.
1. Luminaire Weight: 35 poun d s.
2. Luminaire and Bracket Effective Projected Area: 1.5 square f eet.
3. Design Wind Speed: 90 mil es p e r hour, minimum , gust factor 1.3.
PART 3 -EXECUTION
3.1 INSTALLATION
A. Install fixtures securely, in a neat and workmanlike manner, as specified in NECA 501 .
B. Provide concrete bases for lighting poles at locations indicated, in accordance with
drawings and schedules.
C. Install poles plumb.
1. Provide double nuts to adjust plumb .
2. Install bolt covers .
D. Install lamps in each luminaire.
E. Bond luminaires , metal accessories , and metal poles to branch circuit equipment
grounding conductor. Provide supplementary grounding e lectrode at each pole .
3.2 FIELD QUALITY CONTROL
City of Fort Worth
McAlister Rd Improvements 16520 -4
EXTERIOR LUMINAIRES
90% Subm ital
Nov 30 , 2009
A. Operate each luminaire after installation and connection. Inspect for improper
connections and operation.
3.3 CLEANING
A. Clean electrical parts to remove conductive and deleterious materials.
B. Remove dirt and debris from enclosure.
C. Clean photometric control surfaces as recommended by manufacturer.
D. Clean finishes and touch up damage.
E. Touch up paint damaged during handling and erection.
3.4 CLOSEOUT ACTIVITIES
A. Relamp luminaires that have failed lamps at Substantial Completion.
3.5 SCHEDULE -See Drawings
END OF SECTION
City of Fort Worth
McAlister Rd Improvements 16520 -5
EXTERIOR LUMINAIRES
90% Submital
Nov 30, 2009
-
1
07 -Contracts, Bonds and Insurance
7 .1 -Certificates 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 Section 406 .096 (2000), as amended , Contractor cert ifies that it provides
workers' compensation insurance coverage for all its employees employed on city of Fort Worth Department of
Engineering No.6467 and City of Fort Worth Project Number C202-541200-206230107883
McClendon Construction Company, Inc. 8:0N~
DAN McCLENDO~l. PRESIDENT
Date .
STATE OF TEXAS §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority, on this day personally appeared Thti UCcJerdon ,
known to me 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 McClendon Construction Company, Inc . the purpose and consideration
therein expressed and in the capacity therein stated .
GIVEN UNDER MY HAND AND SEAL OF OFFICE this £ctay of Apij:t . 2011.
~o~~
the St ate of Texas
TXC87507
PERFORMANCE BOND
THE STATE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT §
That we (I) McCJepclon Construction Comp1ny, lac, as Principal herein, and (2)
Merchants Bonding Company I a corporation organized under the laws of lhe State of
(3) lawa • and who is authorized 10 issue surety bonds in the State of Texas,
Surety herein, are held and fannly bound unto the City of Fon Wonh, a municipal corporation located in Tmant and
Denton Counties, Texas, Obligee herein, in the sum of:
One MIiiion. One Hundred Twenty-five Dew•d, Seventv-eia,c and 1111ooww.,at1n•tts,_,,
Colian (SI 1125.078,81) for the payment of which swn we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, finnly by these present.
'APR 05 2011
WHEREAS, Principal has entered into a cenain written contract with the Obliaee dated the _of
____ _., .. 2Q;a;l..,I a copy of which ls hereto anached and made a pan hereof for all purposes, for the conscruction
of:
Pavioc & Qninge Improvements ror McAtister Road Crom Union Pacific Railroad to JH-35
NOW THEREFORE, the condition of this obligation is such, if the said Principal shall faithfully perform
the work in accordance with the plans, specirications, and contract documents and shall fully indemnify and hold
hamless the Obligee from all costs and ctamaaes which Oblisee may suffer by reason of Principal's default, and
reimbwse and repay Obli&ee 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 detamined in accordance with the provisions of such
statute. to the same extent as if it were copied at lenath herein .
IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED AND SEALED this_ day of ,2011.
APR O 5 2011
A1TEST:
<)i tJ a~NJ,W~
(Principal) Secretary
(SEAL)
NOTE:
P.O. Bo:1999
Burlaoll I IX. 2jg2!
Surety
BY: . . ,...,
Name: Michael D. Hendrlc ksoj: • .;_ -:;
(Anomey-in-fact) ~ ~-..__.: _. -.:
Address: 8701 Bedford Euless Road, ~I~ ~-· _..-:,...:: ,.:::
H rst TX 76053 . • ··--·· -: . u .... ,£ • -.. -----· ... -: "' ,,, .. , ........ ~: ~_ .......... ~" -----------Telephone Number: 817-299-3800
(I) Correct name of Principal (Contractor).
(2) Correct name of Surety.
(3) State ofincorporation of Surety
Telephone number of surety must be stated. In addhion, an oriainal copy of Power of Attorney shall
be aaached to Bond by the Attorney-in-Fact.
The date of the bond shall not be prior to date of Contract.
TXC87507
PAYMENT BOND
THE ST ATE OF TEXAS §
§ KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
Merchants Bonding Company
That we CI) McClendop Cogstructlon Company. Inc. as Principal herein, and (2)
a corporation orpniz.ed and existing under the laws or the State o((J) Iowa as surety, arc held and farmly
boood unto the City or Fon Worth , a municipal corporation localed in Tamnt and Denton Counties, Texas. Obligec
herein, in the amount of Que Million. One Hu•dred Twenty-Qve Thougnd. Seyenty-,hght and
81/IOO.,m,, .. _m,u,uvDollan CSJ,12S.071.81} for the payment whereof, the said Principal and Surety bind
themselves and their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these
presents:
APR05 2011
WHEREAS, the Principal has entered into a certain written contract with the Obligce dated the _day of
----A.O. , B!1, 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:
flYJPI & QraJnau Improvements for McAHstcr Road from u,1oo r,cmc Blilroad to JH-35
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall faithfully make payment to each and every claimant (as defmcd in Chapter 22S3, Texas Government Code, as
amended) supplyjna 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 execllled p1nuant to Chapter 22S3 of the Texas Government
Code, as amended, and all liabilities on this bond shall be determined in accordance with the provisions of said
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED AND SEALED this_ day of ____ _
..
--L
(SEAL) pA!:o --~
'··,.-Wi ~ipal
A1TEST:
faaoe.a :&»ma
Secretary
(~~
Witness IS to Surety
NOTE:
I. Correct name of Principal (Contractor).
2. Correct name of Surety.
3. State of incorporation of Surety .
Name: _D_AN_M_cC_L_EN_D_O_N_, P_R_ES_I_DE_N_T __
Title: ____________ _
P.O. Box 999
1vr1aoo , IX 7§097
Merchants Bonding Com
SURETY
By: __ ,,
Name: 'chael D. Hendricksoe -? _..-::_·-_:, ····-."'~-=.,
Attorney in Fact .. . :-__ :: .
-,,._ -,:. ":"'
Address: 8701 Bedford Eut~a.· Suite 450
;..·>-...... '~ ... .. .. -",,: ... ';.< .-:-?:·::..:::=:-'· .... · .•
~ .......... ~ .. ----Hurst, TX 76053
Telephone Number: 817-299-3800
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.
::
STATE OF TEXAS §
§
COUNTY OF TARRANT §
KNOWN ALL BY THESE PRESENTS:
APR 05 2011
This Contract is made and entered into this the __ day of ,2011, by and
between the City of Fort Worth, a home-rule municipal corporation situated in Tarrant, Denton,
Parker, and Wise Counties, Texas, hereinafter referred to as "Owner", by and through Charles
W. Daniels, its duly authorized Assistant City Manager, and McClendon Construction Company,
Inc., hereinafter referred to as "Contractor", by and through its duly authorized representative .
WITNESS ETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to
be made and performed by the Owner, and under the conditions expressed in the bond bearing
even date herewi .h, the said Contractor hereby agrees with the said Owner to com~enc~ and
complete the construction of certain improvements described as follows:
Paving & Drainage Improvements for McAlister Road from Pacific Railroad to IH-35
2 .
That the Contract Documents shall consist of the written, printed, typed and drawn
instruments which comprise and govern the performance of the work. Said Contract Documents
include the notice to bidders, instructions to bidders, proposal, plans, specifications, notice of
award, special provisions, general provisions, work order(s), this Contract, and the payment,
performance, and maintenance bonds. The Contract Documents shall also include any and all
supplemental agreements approved by the Owner which may be necessary to complete the work
in accordance with the intent of the plans and specifications in an acceptable manner, and shall
also include the additional instruments bound herewith.
3.
That the work herein contemplated shall consist of furnishing as an independent
contractor all labor, tools , appliances and materials necessary for the construction and
completion of said project in accordance with the Contract Documents prepared through the
Transportation & Public Works Department of the City of Fort Worth, which the plans and
specifications of the Contract Documents are hereto attached and made a part of this Contract the
same as if written herein.
4.
The Contractor hereby agrees and binds itself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Depa mefl f-.E. · of
the City of Fort Worth. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
5.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and
approval of the Department of Engineering of the City of Fort Worth and the City Council of the
City of Fort Worth within a period of 270 Calendar Days from the time commencing said work.
If the Contractor should fail to complete the work as set forth in the Plans, 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, a per day charge of $420 per Working Day as stipulated in these
contract documents , not as a penalty but as liquidated damages, the Contractor and his Surety
shall be liable to the Owner for such deficiency.
6.
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 Plans,
Specifications, and 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 ma.de 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.
7.
Contractor covenants and agrees to indemnify, hold harmless and defend, at its own
expense, the Owner, its officers , servants and employees, from and against any and all claims or
suits for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniury, damage or death is caused, in whole or in part, by the negligence or alleged negligence
of Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to
indemnify and hold harmless the Owner from and against any and all injuries to Owner's
officers, servants and employees and any damage, loss or destruction to property of the Owner
arising from the performance of any of the terms and conditions of this Contract, whether or not
any such iniury or damage is caused in whole or in part by the negligence or alleged
negligence of Owner, its officers, servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either (a)
submits to Owner satisfactory evidence that the claim has been settled and/or a release from the
claimant involved, or (b) provides Owner with a letter from Contractor's liability insurance
carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, may refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for dama es 1s ou s · a
result of work performed under a City Contract. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
8.
Owner 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 Contractor 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 shall
be One Million, One Hundred Twenty-five Thousand, Seventy-eight and
81/100 ........................... Dollars, ($1,125,078.81).
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 Contractor without the written consent of the Owner.
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 Contract 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 governing all matters affecting this Contract, and the
Contractor agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the parties hereto have made and executed this Contract in
multiple originals the day and year first above written, in Fort Worth, Tarrant County, Texas.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH
5--~---'CL
F emando Costa
Assistant City Manager
RECOMMENDED:
By ~~u. CJ~
Douglas W. Wiersig, P.E.
Director, Department of
Transportation/Public Works
APPROVED AS TO FORM AND
LEGALITY :
Doug Black
Assistant City Attorney
T ITLE
DAN McCLENOON, PRESIDENT
ATTEST :
m
City Se cretary
L\ -~\p--L-Q\ I
Date
OF FICIAL RECORD
CIT Y SECRETARY
FT. WORTH, TX
-
-
-
-
-
-
-
-
-
-
08 -Appendices
Permits
TxDOT Permit to Construct Street Connection
Improvements on Highway Right Of Way
Permits
Union Pacific Contactors Right of Entry
Reports
Geotechnical Report
-
-
-
-
•
08 -Permits
TxDOT Permit to Construct Street Connection
Improvements on Highway Right Of Way
To:
PERMIT TO CONSTRUCT STREET CONNECTION IMPROVEMENTS
ON HIGHWAY RIGHT OF WAY
McAlister Road Street Connection Improvements
CITY OF FORT WORTH
c/o Kimley-Horn & Associates, Inc.
2201 West Royal Lane, Suite 275
Irving, Texas 75063
Hwy . IH35W
Control 14
Permit No. 03-SC-13-10
Section 2
The Texas Department of Transportation, hereinafter called the State, hereby authorizes, CITY OF FORT WORTH,
hereinafter called the grantee, to (re) construct a public access street connection (McALISTER ROAD) including paving improvements,
curb & gutter, sidewalk & pedestrian improvements, signing and pavement markings on the highway right-of-way abutting Highway No.
IH 35W in TARRANT County, located ON IB 35W (Southbound Frontage Road) at McAlister Road in Fort Worth, Texas.
Subject to the following :
1. The grantee is responsible for the costs associated with the reconstruction of this street.
2. Design of facilities shall be as follows and/or as shown on sketch :
TO RECONSTRUCT A PUBLIC ACCESS STREET (MCAiister Road.) INCLUDING PAVING IMPROVEMENTS, CURB &
GUTTER, SIDEWALK & PEDESTRIAN IMPROVEMENTS, SIGNING AND PAVEMENT MARKINGS IN ACCORDANCE WITH
THE ATIACHED PLANS SEALED BY DANA A. LeCLAIRE, P.E. ON 12-1-09 AND 2-9-10. SAW CUT (FULL DEPTH) FOR
CURB & GUTTER AND ALONG THE EDGE OF THE THRU LANE OF m 35W (Southbound Frontage Road) FOR THE NEW
CONSTRUCTION CONNECTION. ALL CONSTRUCTION WITIDN THE STATE RIGHT OF WAY SHALL BE IN
ACCORDANCE TO STATE STANDARDS AND SPECIFICATIONS. ALL PAVEMENT MARKINGS WITHIN THE STATE
RIGHT OF WAY SHALL BE THERMO-PLASTIC MATERIAL.
SEE ATTACHMENT "A".
Traffic Signal Operations, telephone number 817-370-6671, shall be notified forty-eight hours prior to
beginning any excavation within the right of way in order that the State may verify the existence of any
electrical wiring. Failure to provide proper notification will result in the immediate repair at the grantee's
expense.
All pipe (CGMP or RCP), safety end treatments and base material, shall be at the job site located off the State
right of way prior to the driveway installation. All construction and materials shall be subject to inspection
and approval by the State.
3. Maintenance of facilities constructed hereunder shall be the responsibility of the grantee, and the State reserves the
right to require any changes, maintenance or repairs as may be necessary to provide protection of life or property on
or adjacent to the highway. Changes in design will be made only with approval of the State.
4. The grantee shall hold harmless the State and its duly appointed agents and employees against any action for
personal injury or property damage sustained by reason of the exercise of this permit.
5. Except for regulatory and guide signs at county roads and city streets, the Grantee shall not erect any sign on or
extending over any portion of the highway right of way, and vehicle service fixtures such as service pumps, vendor
stands, or tanks shall be located at least twelve 3.6 meters (12 feet) from the right-of-way line to ensure that any
vehicle services from these fixtures will be off the highway.
6 This permit will become null and void if the above-referenced driveway facilities are not constructed within six (6)
months from the issuance date of this permit.
MARK PRICE, STATE INSPECTOR
7. The grantee will contact the State's representative FORT WORTH, TEXAS telephone
(817) 370-6909 at least twenty-four (24) hours prior to beginning the work authorized by this permit.
Teas Department of Transportation
DIST FILE: A np· D,o·· ~,TA T ~r1=n~LY11L _____ _
. District Engineer
February 9, 2010 w~~~ Date of Issuance:
Time Process: 48Days
Signed :
For: Richard Schiller, P. E.
Date: December 23, 2009 Director of Maintenance
Texas
Department
ATTACHMENT "A"
CITY OF FORT WORTH
McALISTER ROAD
STREET CONNECTION PAVING, CURB & GUTTER, SIDEWALK & PEDESTRIAN
IMPROVEMENTS, SIGNING and PAVEMENT MARKINGS
IH 35W (Southbound Frontage Road) at
McAlister Road
Fort Worth, Texas
All construction within the State right of way shall be coordinated with the Texas
Department of Transportation.
ALL CONSTRUCTION INVOLVING STATE RIGHT OF WAY SHALL BE
IN ACCORDANCE WITH THE ATTACHED PLANS AND MEET STATE
STANDARDS AND SPECIFICAITONS.
Mark Price, State Inspector, telephone number 817-370-6909, Fort
Worth, Texas shall be notified twenty-four hours prior to beginning this
project within the State right of way.
PRE-JOB CONSTRUCTION MEETING IS REQUIRED PRIOR
TO BEGINNING CONSTRUCTION WITHIN THE STATE
RIGHT OFWAY AUTHORIZED BY THIS PERMIT.
Signs and barricades shall be provided by the contractor which shall consist
of detours, barricades, warning signs, flares, flashing light signals, and flagmen as
are necessary to direct and protect vehicular traffic while the construction
work as described above is done on the State right of way. All traffic control
procedures as mentioned above shall be in compliance with the "Texas Manual on
Uniform Traffic Control Devices."
Page2
Utility companies shall be given prior notification of the pending construction to
ensure that no conflicts exist within this project area. All utilities that are located
under any proposed widening for deceleration lanes shall be relocated to an
acceptable location. Any utility installations within the right of way that does not meet
certain depth requirements as the result of changing any grades in the construction
of this project will need to be lowered to meet those specified depth requirements as
originally permitted.
IMPORT ANT MESSAGE
Traffic Signal Operations, telephone number 817-
370-6671, shall be notified forty-eight hours prior
to beginning any excavation within the right of
way in order that the State may verify the existence
of any electrical wiring. Failure to provide proper
notification will result in the immediate repair at the
grantee's expense.
-
-
-
-
-
-
08 -Permits
Union Pacific
Contractors Right of Entry
' t ·l
To the Contractor:
• (llJIJJ
July 2 3, 2 010
UPRR Folder No.: 2612-56
Before Union Pacific Railroad Company can permit you to perform work on its property for the
reconstruction and widening of the existing McAlister Road at-grade public road crossing, it will be
necessary for you to complete and execute two originals of the enclosed Contractor's Right of Entry
Agreement. Please:
1. Fill in the complete legal name of the contractor in the space provided on Page 1 of the Contractor's
Right of Entry Agreement. If a corporation, give the state of incorporation. If a partnership, give the
names of all partners.
2. Fill in the date construction will begin and be completed in Article 5, Paragraph A.
3 . Fill in the name of the contractor in the space provided in the signature block at the end of the
Contractor's Right of Entry Agreement. If the contractor is a corporation, the person signing on its
behalf must be an elected corporate officer.
4. Execute and return all copies of the Contractor's Right of Entry Agreement together with your
Certificate oflnsurance as required in Exhibit B, in the attached, self-addressed envelope .
5. Include a check made payable to the Union Pacific Railroad Company in the amount of$500.00. If
you require formal billing, you may consider this letter as a formal bill. In compliance with the
Internal Revenue Services' new policy regarding their Form 1099, I certify that 94-6001323 is the
Railroad Company's correct Federal Taxpayer Identification Number and that Union Pacific Railroad
Company is doing business as a corporation.
Under Exhibit B of the enclosed Contractor's Right of Entry Agreement, you are required to procure
Railroad Protective Liability Insurance (RPLI) for the duration of this project. As a service to you, Union
Pacific is making this coverage available to you. If you decide that acquiring this coverage from the Railroad
is of benefit to you, please contact Mr. William Smith of Marsh USA @ 800-729-7001, e-mail:
william.j.smith @marsh.com.
This agreement will not be accepted by the Railroad Company until you have returned all of the
following to the undersigned at Union Pacific Railroad Company:
1. Executed, unaltered duplicate original counterparts of the Contractor's Right of Entry Agreement;
2. Your check in the amount of $500.00 to pay the required balance due of the required Contractor's
Right of Entry fee. (The Folder Number and the name "Paul G. Farrell " should be written on the
check to insure proper credit). If you require formal billing, you may consider this letter as a formal
bill;
3. Copies of all of your up-to-date General Liability, Auto Liability & Workman 's Compensation
Insurance Certificates (yours and all contractors '), naming Union Pacific Railroad Company as
additional insured ;
Real Estate Department
UNION PACIFIC RAILROAD COMPANY
1400 Douglas Street, Mail Stop 1690
Omaha , Nebraska 68179-1690
fax : 402-501 .0340
THE ST A TE OF TEXAS
COUNTY OF TARRANT
MAINTENANCE BOND
§
§
TXC87507
KNOW ALL MEN BY THESE PRESENTS:
That ~cClgdon Construction Company. Jae, (Contractor), as principal. and
Merchants Bonding mpany, a corporation organized under the laws of the State of Iowa • (Surety), do hereby
acknowledge themselves to be held and bound to pay unto the City of fo,t Wonb, a Municipal Corporation
chartered by virtue of Constitution and laws of the Swe ofTexu, ("City") in Tarrant County, Texu the sum ofQu
MUlion. Qu Hupdncl Twenty-Rye lbRIYPd, Sey11ty1Jtllt 114 111100 ... ,,,."em·mnrruDollars
{Sl.125.078.81) lawful money of the United States, for payment of which sum well and truly be made unto said City
and ics successors, said Contractor and Surety do hereby bind themselves, their heirs, executors. administrators,
assigns and successors.jointly and sevcnlly.
This obligation is conditioned, however; that.
WHE !t2 f;pp tractor has entered into a wrnten Contract with the City of Fort Worth, dated the
_day of ~copy of which is hereto attached and made a part hereof, the performance of the
following described public improvements:
Pavine & Drainage Improvements for McAlimr Road fl'Ofll Upiop Pacific Railroad to JH-35
the same bein& referred to herein and in said contract as the Work and being desipted as project Q02-ffl200::
206230107113 and said contract, includin& all of the specifications. conditions, addenda. chanae orders and written
instrumems referred to therein as Contract Documents being incorponted herein and 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 Two Q) Yean after the dale
of the final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in aood repair and condition for said term of
Iu m vean; and,
WHEREAS, said Contractor binds itself lo repair or reconstruct the work in whole or in pan II any time
within said period, if in the opinion of the Director of the Water Depanment of the City of Fon Worth. it be
necessary; and,
WHEREAS, said Contrlletor binds itselr, upon receivina notice of the need therefore to repair or
reconstruct said w<Xk 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 Contrlet. these_prescnts shall be null
and void, and have no force or effect. Otherwise this Bond shall be and remain in fuJI force and effect, and the City
shall have and recover from the Contractor and Surety damages in the premises prescribed by said Contract.
This obliption shall be continuing one and successive recoveries may be had hereon for successive
breaches until the full amount hereof is exhausted.
IN WITNESS WHEREOF, this instrument is executed in Lcounterputs, each one of which shall be
deemed an oriainal, this_ day of A.O . .Bil&
APR 05 2011
ATI'EST:
(SEAL)
s....wy qi~u,'4-:!
ATTEST:
(SEAL)
Secretary
_, .·
::_.·· ~
;~ i -~
~ Name:
Title: ""'D .... AN'ft""'IIIIM=cc""t-ENmDr,On,N,-, =pR--E-s=ro=f N=r
Merchants Bonding Company
BY:~~
Name: ~ha~I D. Hen~~~ -:: : ··= :_ -
,., ·-..-....
Title: Attorney In fact_ S:~ :__-=:,-~ ...::....
.0:.. ,..,, ':' --,
c.~--~--.:::?:::7:~~---······· ____ ....
8701 Bedford Euless Road, Suite 450
Hurst, TX 76053
Address 817-299-3800
-
..
...
MERCHAN~ NATIONS~
BONDING COMPANY BONDING COMPANY
POWER OF ATTORNEY Bond No.
KNOW ALL PERSONS BY THESE PRESENTS : That MERCHANTS BONDING COMPANY (MUTUAL) is a corporation duly organ ized under the
laws of the State of Iowa, and that NATIONS BONDING COMPANY is a corpo ration duly organized under the laws of the State of Te xas
(h ere in collectively called the "Companies"), and that the Compan ies do hereby make , const itu te and appoint
Bryan K. Moore, Pat J . Moore, Gary Wayne Wheatley, Joseph Hal Clayburne, Monica Sprague Campos ,
Michael D. Hendrickson, Richard A . Deal
of San Antonio/Hurst and State of Texas their true and lawful Attorney-in-Fact, with full power
and authority hereby conferred in their name, place and stead, to sign , execute , acknowledge and deliver in their behalf as surety
any and all bonds , underta kings, recogniz ances or other written obligations in the nature thereof, subject to the limitation that any
such instrument shall not ex ceed the amount of:
THREE MILLION ($3,000,000.00) DOLLARS
and to bind th e Compan ies thereby as fully and to the same extent as if such bond or undertaking was signed by the duly authorized officers
of the Companies, and all the acts of said Attorney-in-Fact, pursuant to the authority herein given, are hereby ratified and con fi rmed .
This Pow e r-of-Attorney is made and executed pursuant to and by authority of the following bylaws adopted by the Board of Directors
of Merchants Bonding Company (Mutual) on November 16, 2002 and adopted by the Board of Directors of Nations Bonding
Company on April 19 , 2003.
"The Chairman of the Board or President or any Vice President or Secretary shall have .power and authority to appoint
Attorneys-in-Fact, and to authorize them to ex ecute on behalf of the Company, and attach the Seal of the Company thereto,
bonds and undertakings, recognizances , contracts of indemnity and other w ritings obligatory in the nature thereof.
The signature of any authorized officer and the Seal of the Company may be affixed by facsimile to any Power of Attorney or
Certification thereof authorizing the execution and delivery of any bond , undertaking , recognizance, or other suretyship
obligations of the Company, and such signature and seal when so used shall have the same force and effect as though
manually fixed ."
In Witness Whereof, the Compan ies have caused th is instrument to be signed and sealed this 15th day of January , 201 O . .......
•" ~ D lfV"• .• 0 ......... G"•.
: ~··<:>V.P0,9,:;., C'I"•
·0· '° ..,""''· • : z=~ -o-~~o: • : :>. • o · .....
• • .,,:.. 2003 {~:
• '(' •• ,"oq •
STATE OFIOWA
COUNTY OF POLK ss.
.. ~,,r····(~ .. ••• -1:l ,... ••
·······
• -·;ci ca·· •• ~'v~ ....... '4!,¢"•
:<Q~-·~'r,,P011:;-.-f;•. • . '° ,'",:.L• • C.,:.:.:-fl'\• • =~=--0-c::,:-.•
• d:··. 1933 :==: • ..... _. . c:::-. --~ ... -. .-;::, . • "cf.• ·~v• • •• '.:r'it· .... ··\'\ •• " •• -tr • .......
MERCHANTS BONDING COMPANY (MUTUAL)
NATIONS BONDING COMPANY
··~7~
President
On th is 15th day of January , 201 O, before me appeared Larry Taylor, to me persona lly known, who be ing by me duly sworn did say that
he is Presid ent of MERCHANTS BONDING COMPANY (MUTUAL) and NATIONS BONDING COMPANY; and that the seals
affixed to the foregoing instrument are the corporate seals of the Companies ; and that the said instrument was signed and sealed in
behalf of the Companies by authority of their respective Boards of Directors .
In Testimony Whereof, I have hereunto set my hand and aff1Xed my Official Seal at the City of Des Moines , Iowa , the day and year first
above written.
STATE OF IOWA
COUNTY OF POLK ss .
eu,~
Notary Public, Polk County, Iowa
I, Wil liam Warner, Jr., Sec retary of MERCHAN TS ~l )N[JJ NG CGMPANY (MUTUAL) and NATIONS BONDING COMPANY, do hereby cert ify
that the above and foregoing is a true and~ cqcrncl j py '!• t~ POWER-OF-ATTORNEY executed by said Companies, which is
still in full force and effect and has not bee n -a a:ieird@d -o rnvo).ted. -.. / .. -
In Witness Whereof, I have hereu ntojet rn y hand and affixedt he seal of the Companies on this
-'7'-~ -····· ; .. --~-.,-~ ······ ..-o ~.R:!N Q·· ~ ·-·w .·;~~~-£041;·.
day of
APR O 5 2011
/ ~.·~V.-P_0-1-1'\<f• 0-_:~<_~'y.-POJi;; .. ;; • ._
.0:~ ·-.~~ot----.c4:·~-~·.-'. ·z·--o-. c,: •-•1-..... -o-o·-· : ~ ;,i;_: :. ;z;~:_ : ==: ~~~~,
• <?,·. 2003 /'l;; •· • ~·. 1933 : c:::-. •• ,/·.. ..·~ .. •• v.··. _:;::t.
0 ro. ..~ • "L • • --"v •
• "'"";• .. ··1. ,,.-• • v-¥1~:·· .. \..,.-.. •
• •• 'V * ,... .• •. 'V •_;,.; ''••
• •• • ••• •• )4 •• •••••• NBC 0103 (1/09)
Secretary
ME CHAN ~
--------BONDING CO .MPANY
IMPORTANT NOTICE
To obtain information or make a complaint:
You may contact your insurance agent at the telephone number provided by your insurance
agent.
You may call Merchants Bonding Company's toll-free telephone number for information or to
make a complaint at:
1-800-678-8171
You may contact the Texas Department of Insurance to obtain information on companies,
coverages , rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance at:
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512)475-1771
Web: http://www.tdi.state .tx.u s
E-mail : ConsumerProtection@tdi .state. tx. us
PREMIUM AND CLAIM DISPUTES: Should you have a dispute concerning your premium or
about a claim you should contact the agent first. If the dispute is not resolved , you may contact
the Texas Department of Insurance.
ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not
become a part or condition of the attached document.
SUP 0032 TX (1/09)
r
'
4. Copy of your up-to-date Railroad Protective Liability Insurance Certificate (yours and all
contractors'), naming Union Pacific Railroad Company as additional insured .
day!
RETURN ALL OF THESE REQUIRED ITEMS TOGETHER IN ONE ENVELOPE.
DO NOT MAIL ANY ITEM SEP ARA TEL Y.
If you have any questions concerning this agreement, please contact me as noted below. Have a safe
Sincerely,
Senior Manager Contracts
Phone: ( 402) 544-8620
e-mail: pgfarrell@up.com
Real Estate Department
UNION PACIFIC RAILROAD COMPANY
1400 Douglas Street, Mail Stop 1690
Omaha , Nebraska 68179-1690
fax : 402-501 .0340
CROE -Contractors Hired by a TX City or County
Form Approved -AVP Law 03121 0 BU1LDINC AMERICA• 8
' UPRR Folder No. 2612-56
UPRR Audit No. ---------
CONTRACTOR'S
RIGHT OF ENTRY AGREEMENT
(TEXAS)
THIS AGREEMENT is made and entered into as of the day of ------
20 __ , by and between UNION PACIFIC RAILROAD COMP ANY, a Delaware corporation
("Railroad"); and
(NAME OF CONTRACTOR)
a _________ corporation ("Contractor").
(Corporate Status)
RECITALS:
Contractor has been hired by City of Fort Worth ("City") to perform work relating to
reconstruction and widening of the existing McAlister Road at-grade public road crossing (the
"Work"), with all or a portion of such work to be performed on property of Railroad in the vicinity of
Railroad's Mile Post 238.82 on Railroad's Fort Worth Subdivision in Fort Worth, Tarrant, County,
Texas, as such location is in the general location shown on the Railroad Location Print marked
Exhibit A, and as specified on the Detailed Print marked Exhibit A-1 , each attached hereto and
hereby made a part hereof. The Work is the subject of a
contract dated between the Railroad and the City.
(Date of Contract)
Railroad is willing to permit Contractor to perform the work described above at the location
described above subject to the terms and conditions contained in this Agreement
AGREEMENT:
NOW, THEREFORE, it is mutually agreed by and between Railroad and Contractor, as
follows:
ARTICLE 1-DEFINITION OF CONTRACTOR.
For purposes of this Agreement, all references in this agreement to Contractor shall include
Contractor's contractors, subcontractors , officers, agents and employees, and others acting under its
or their authority.
2612-56 City of Fort Worth , TX
McAlister Road
Page 1 of 4 July 23, 201 O
/
CROE -Contractors Hired by a TX City or County
Form Approved -A VP Law 031210 BUILDING AMERICA• e
' ARTICLE2-RIGHT GRANTED; PURPOSE.
Railroad hereby grants to Contractor the right, during the term hereinafter stated and upon
and subject to each and all of the terms, provisions and conditions herein contained, to enter upon
and have ingress to and egress from the property described in the Recitals for the purpose of
performing any work described in the Recitals above. The right herein granted to Contractor is
limited to those portions of Railroad's property specifically described herein, or as designated by the
Railroad Representative named in Article 4.
ARTICLE3-TERMS AND CONDITIONS CONTAINED IN EXIIlBITS B, C AND D.
The Terms and Conditions contained in Exhibit B, the Insurance Requirements contained in
Exhibit C and the Minimum Safety Requirements contained in Exhibit D, each attached hereto, are
hereby made a part of this Agreement.
ARTICLE4-ALL EXPENSES TO BE BORNE BY CONTRACTOR; RAILROAD
REPRESENTATIVE.
A. Contractor shall bear any and all costs and expenses associated with any work performed by
Contractor, or any costs or expenses incurred by Railroad relating to this Agreement.
B. Contractor shall coordinate all of its work with the following Railroad representative or his or her
duly authorized representative (the "Railroad Representative"):
Robert Fuller
Manager Track Maintenance
Union Pacific Railroad Company
101 Mesquite Street
Abilene, TX 79603
Phone: 850-473-0000
Fax: 402-997-4280
Keith Corley
Manager Signal Maintenance
Union Pacific Railroad Company
5701 West Vickery Boulevard
Fort Worth, TX 76107
Phone: 817-353-7083
Fax: 817-353-7013
C. Contractor, at its own expense, shall adequately police and supervise all work to be performed by
Contractor and shall ensure that such work is performed in a safe manner as set forth in Section 7
of Exhibit B. The responsibility of Contractor for safe conduct and adequate policing and
supervision of Contractor's work shall not be lessened or otherwise affected by Railroad's
approval of plans and specifications involving the work, or by Railroad's collaboration in
performance of any work, or by the presence at the work site of a Railroad Representative , or by
compliance by Contractor with any requests or recommendations made by Railroad
Representative .
ARTICLE 5-TERM; TERMINATION.
A. The grant of right herein made to Contractor shall commence on the date of this Agreement, and
continue until , unless sooner terminated as herein provided, or
at such time as Contractor has completed its work on Railroad's property, whichever is earlier.
Contractor agrees to notify the Railroad Representative in writing when it has completed its work
on Railroad's property.
B. This Agreement may be terminated by either party on ten (10) days written notice to the other
party.
2612-56 C ity of Fort Worth , TX
McAlister Road
Page 2 of 4 July 23 , 2010
CROE -Contractors Hired by a TX City or County
Form Approved -AVP Law 031210 BUILDING AMERIC.,.-•
'
ARTICLE6-CERTIFICATE OF INSURANCE.
A. Before commencing any work , Contractor will provide Railroad with (i) the insurance binders,
policies, certificates and endorsements set forth in Exhibit C of this Agreement, and (ii) the
insurance endorsements obtained by each subcontractor as required under Section 12 of Exhibit
B of this Agreement.
B. All insurance correspondence, binders , policies, certificates and/or endorsements shall be sent to :
ARTICLE 7-
Union Pacific Railroad Company
I 400 Douglas Street, MS I 690
Omaha, NE 681 79-1690
Attn: Senior Manager Contracts
UPRRFolder No . 2612-56
DISMISSAL OF CONTRACTOR'S EMPLOYEE.
At the request of Railroad, Contractor shall remove from Railroad's property any employee of
Contractor who fails to conform to the instructions of the Railroad Representative in connection with
the work on Railroad's property, and any right of Contractor shall be suspended until such removal
has occurred . Contractor shall indemnify Railroad against any claims arising from the removal of
any such employee from Railroad's property.
ARTICLES-ADMINISTRATIVE FEE.
Upon the execution and delivery of this Agreement, Contractor shall pay to Railroad FIVE
HUNDRED DOLLARS ($500.00) as reimbursement for clerical, administrative and handling
expenses in connection with the processing of this Agreement.
ARTICLE9-CROSSINGS.
No additional vehicular crossings (including temporary haul roads) or pedestrian crossings
over Railroad's trackage shall be installed or used by Contractor without the prior written permission
of Railroad.
ARTICLE 10-EXPLOSIVES.
Explosives or other highly flammable substances shall not be stored on Railroad's property
without the prior written approval of Railroad.
2612-56 C ity of Fort Worth , TX
McAlister Road
Page 3 of 4 July 23 , 2010
/
CROE -Contractors Hired by a TX City or County
Form Approved -AVP Law 031210
'
BUIU>ING AM£RICA'" e
IN WITNESS WHEREOF, the parties hereto have duly executed this agreement in
duplicate as of the date first herein written.
(NAME OF CONTRACTOR)
By ____________ _
Printed Name: -----------
Title: --------------
UNION PACIFIC RAILROAD COMPANY
(Federal Tax JD No . 94-6001323)
PAUL G. FARRELL
Senior Manager Contracts
2612-56 City of Fort Worth , TX
McAlister Road
Page 4 of 4 July 23 , 2010
,r _.._
W·~E
' s
RAILROAD LOCATION PRINT
ACCOMPANYING A
CONTRACTOR'S RIGHT OF ENTRY AGREEMNT
0 1000 2000
WWW .deknne.com MN (4.4" E) Data Zoom 13-0
RAILROAD WORK TO BE PERFORMED:
J. Re-lay 240-feet of rail; Install 72-feet of concrete road crossing
panels; Install 55 cross ties; Install I carload of ballast; and
other track & surface materials .
2. Relocate one automatic flashing light crossing gate; and other
signal facilities.
3. Engineering Design Review & Flagging.
EXHIBIT "A"
UNION PACIFIC RAILROAD COMPANY
FORT WORTH SUBDIVISION
MILE POST 238. 77
GPS: N 32° 34.3085', W 97° 19 .4 760'
FORT WORTH, TARRANT CO., TX.
To accompany a Contractor's Right of Entry Agreement with
(Name of Contractor)
for an existing at-grade public road crossing
reconstructin and widening project.
Folder No. 2612-56 Date: August 26, 2010
WARNING
fN ALL OCCASIONS , U.P. COMMUNICATIONS DEPARTMENT MUST BE CONTACTED !N ADVANCE
OF ANY WORK TO DETERMJNE EXISTENCE AND LOCATION OF FIBER OPTIC CABLE .
PHONE: 1-(800) 336--9193
Exhibit A
n_:1---..J 1 ---.a.=--n_:_,
0 ro m iii X
=';S'
C1l -· 0. Q'.
'"O ...
:J. ~
::I ' .........
SPEED LIMIT: 35 mph
ADT: 4610 vpd
GRAPHIC SCALE
ORJGINAL PLOTTED SCALE:
1 Inch = 30 ft.
\ ~EX. ROW
eo
EX. RAIL ROAq
I
EX. RAILROAD
SIGNAL POU:
• I
--PROP. 5'
SIDEWALK -------
PRELIMINARY
PROP.
RAILROAD
SIGNAL POLE
TO BE PLACED
4•3• f"ROM
BACK OF" CURB
MCALISTER ROAD, FORT WORTH TX, RAILROAD EXHIBIT
MP. NO. 238.77 FORT WORTH SUB
TO REMAIN.
GATE ARM
EXTENSION
REQUIRED.
~' l\
'a •
FEBRUARY 8, 2010
~~EEXHIBI
D~
{
EXHIBIT A __________ o_oT_N_o_._41_5-_96_8_o _________________ ---t C~ ==..-.
...................... ··-··· ....... -..... _____ ... . ·····-··-·-···-·····------·--------
,-·"""
EXHIBIT B
TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT
TERMS AND CONDITIONS
Section 1 . NOTICE OF COMMENCEMENT OF WORK -FLAGGING.
BUILDING AMERICA• ffl
A. Contractor agrees to notify the Ra ilroad Representat ive at least ten (10) working days in advance of Contractor
commencing its work and at least ten ( 10) working days in advance of proposed performance of any work by Contractor in
wh ich any person or equipment will be w ithin twenty-five (25) feet of any track , or will be near enough to any track that any
equipment extension (such as , but not limited to, a crane boom) will reach to within twenty-five (25) feet of any track. No
work of any kind shall be performed , and no person , equ ipment, machinery, tool(s}, material(s), vehicle(s), orthing(s) shall
be located , operated , placed , o r stored with in twenty-five (25) feet of any of Railroad 's track(s) at any time , for any reason,
unless and unti l a Railroad flagman is provided to watch for tra ins . Upon receipt of such thirty (30)-day notice, the Railroad
Representative will determine and inform Contractor whether a flagman need be present and whether Contractor needs to
implement any special protective or safety measures. If flagging or other special protective or safety measures are
performed by Railroad , Railroad will bill Contractor for such expenses incurred by Railroad, unless Railroad and a federal ,
state or local governmental entity have agreed that Railroad is to bill such expenses to the federa l, state or local
governmental entity . If Railroad w i ll be sending the bills to Contracto r, Contractor shall pay such bills within th irty (30) days
of Contracto r's receipt of billing . If Railroad performs any flagging, or other special protective or safety measures are
performed by Rai lroad , Contractor agrees that Contractor is not relieved of any of its responsibilities or liabilities set forth in
this Agreement.
B. The rate of pay per hour for each flagman will be the prevailing hourly rate in effect for an eight-hour day for the class of
flagmen used during regularly assigned hours and overtime in accordance with Labor Agreements and Schedules in effect
at the time the work is performed. In addition to the cost of such labor, a composite charge for vacation , holiday, health
and welfare, supplemental sickness , Railroad Retirement and unemployment compensation , supplemental pension ,
Employees Liability and Property Damage and Administration w ill be included , computed on actual payroll. The composite
charge will be the prevailing composite charge in effect at the time the work is performed . One and one-half times the
current hourly rate is paid for overtime , Saturdays and Sundays , and two and one-half t imes current hourly rate for
holidays. Wage rates are subject to change, at any time , by law or by agreement between Railroad and its employees, and
may be retroactive as a result of negotiations or a ruling of an authorized governmental agency. Additional charges on
labor are also subj ect to change. If the wage rate or additional charges are changed , Contractor (or the governmental
entity, as appl icable) shall pay on the basis of the new rates and charges.
C . Reimbursement to Railroad will be required covering the full eight-hour day during which any flagman is furnished , unless
the flagman can be assigned to other Railroad work during a portion of such day, in which event reimbursement will not be
requ ired for the portion of the day during which the flagman is engaged in other Railroad work . Reimbursement will also be
required for any day not actually worked by the flagman following the flagman's assignment to work on the project for which
Railroad is required to pay the flagman and which could not reasonably be avoided by Railroad by ass ignment of such
flagman to other work, even though Contractor may not be working during such time. When it becomes necessary for
Railroad to bulletin and ass ign an employee to a flagging position in compliance with union collective bargaining
agreements, Contractor must provide Ra ilroad a minimum of thirty (30) days notice prior to the cessation of the need for a
flagman. If thirty (30) days noti ce of cessation is not given , Contractor will still be required to pay flagging charges for the
thirty (30) day notice period required by union agreement to be given to the employee , even though flagg ing is not required
for that period. An additional ten (10) days notice must then be given to Railroad ifflagging services are needed again after
such five day cessation notice has been given to Ra ilroad .
Section 2. LIMITATION AND SUBORDINATION OF RIGHTS GRANTED
A. The foregoing grant of right is subject and subord inate to the prior and continuing right and obligation of the Railroad to use
and ma intain its entire property including the right and power of Railroad to construct, maintain , repair, renew, use , operate ,
change , modify or relocate ra il road t racks, roadways, signal , communication , fiber optics, or other w irelines , pipelines and
other facilities upon , along o r across any or all parts of its property , all o r any of wh ich may be freely done at any time or
times by Railroad w ithout liability to Contractor or to any other party for co m pensation or damages.
CR OE -Texas City/County -ExB
Form Approved A VP -Law 031 2 10
Page 1 of 4 Exhibit B
Term s & Cond itions
BU1lDING AMERICA'" •
B~he foregoi ng grant is also subject to all outstanding superior rights (including those in favor of licensees and lessees of
Railroad 's property , and others) and the right of Railroad to renew and extend the same, and is made without covenant of
title or for quiet enjoyment.
Section 3. NO INTERFERENCE WITH OPERATIONS OF RAILROAD AND ITS TENANTS.
A. Contractor shall conduct its operations so as not to interfere w ith the continuous and uninterrupted use and operation of the
railroad tracks and property of Railroad , including without limitation, the operations of Railroad's lessees, licensees or
others, unless specifically authorized in advance by the Railroad Representative . Nothing shall be done or permitted to be
done by Contractor at any t ime that would in any manner impair the safety of such operations. When not in use ,
Contractor's machinery and materials shall be kept at least fifty (50) feet from the centerline of Railroad's nearest track, and
there shall be no vehicular crossings of Railroads tracks except at existing open public crossings .
B. Operations of Ra ilroad and work performed by Railroad personnel and delays in the work to be performed by Contractor
caused by such railroad operations and work are expected by Contractor, and Contractor agrees that Railroad shall have
no liability to Contractor, or any other person or entity for any such delays. The Contractor shall coordinate its activities with
those of Railroad and third parties so as to avoid interference with railroad operations. The safe operation of Railroad train
movements and other activities by Railroad takes precedence over any work to be performed by Contracto r.
Section 4. LIENS.
Contractor shall pay in full all persons who perform labor or provide materials for the work to be performed by Contractor.
Contractor shall not create, permit or suffer any mechanic's or materialmen's liens of any kind or nature to be created or
enforced against any property of Railroad for any such work performed. CONTRACTOR SHALL INDEMNIFY AND HOLD
HARMLESS RAILROAD FROM AND AGAINST ANY AND ALL LIENS, CLAIMS, DEMANDS, COSTS OR EXPENSES OF
WHATSOEVER NATURE IN ANY WAY CONNECTED WITH OR GROWING OUT OF SUCH WORK DONE, LABOR
PERFORMED, OR MATERIALS FURNISHED. IF CONTRACTOR FAILS TO PROMPTLY CAUSE ANY LIEN TO BE
RELEASED OF RECORD, RAILROAD MAY, AT ITS ELECTION, DISCHARGE THE LIEN OR CLAIM OF LIEN AT
CONTRACTOR'S EXPENSE.
Section 5. PROTECTION OF FIBER OPTIC CABLE SYSTEMS.
A. Fiber optic cable systems may be buried on Railroad's property. Protection of the fiber optic cable systems is of extreme
importance since any break could disrupt service to users resulting in business interruption and loss of revenue and profits .
Contractor shall telephone Railroad during normal business hours (7 :00 a.m. to 9 :00 p .m . Central Time, Monday through
Friday, except hol idays) at 1-800-336-9193 ( also a 24-hour, 7-day number for emergency calls) to determine iffiber optic
cable is buried anywhere on Railroad's property to be used by Contractor. If it is, Contractor will telephone the
telecommunications company(ies) involved, make arrangements for a cable locator and, if applicable, for relocation or
other protection of the fiber optic cable . Contractor shall not commence any work until all such protection or relocation (if
applicable) has been accomplished.
8. IN ADDITION TO OTHER INDEMNITY PROVISIONS IN THIS AGREEMENT, CONTRACTOR SHALL INDEMNIFY,
DEFEND AND HOLD RAILROAD HARMLESS FROM AND AGAINST ALL COSTS, LIABILITY AND EXPENSE
WHATSOEVER (INCLUDING, WITHOUT LIMITATION, ATTORNEYS' FEES, COURT COSTS AND EXPENSES)
ARISING OUT OF ANY ACT OR OMISSION OF CONTRACTOR, ITS AGENTS AND/OR EMPLOYEES, THAT CAUSES
OR CONTRIBUTES TO (1) ANY DAMAGE TO OR DESTRUCTION OF ANY TELECOMMUNICATIONS SYSTEM ON
RAILROAD'S PROPERTY, AND/OR (2) ANY INJURY TO OR DEATH OF ANY PERSON EMPLOYED BY OR ON
BEHALF OF ANY TELECOMMUNICATIONS COMPANY, AND/OR ITS CONTRACTOR, AGENTS AND/OR
EMPLOYEES, ON RAILROAD'S PROPERTY. CONTRACTOR SHALL NOT HAVE OR SEEK RECOURSE AGAINST
RAILROAD FOR ANY CLAIM OR CAUSE OF ACTION FOR ALLEGED LOSS OF PROFITS OR REVENUE OR LOSS
OF SERVICE OR OTHER CONSEQUENTIAL DAMAGE TO A TELECOMMUNICATION COMPANY USING
RAILROAD'S PROPERTY OR A CUSTOMER OR USER OF SERVICES OF THE FIBER OPTIC CABLE ON
RAILROAD'S PROPERTY.
CROE -Texas City/C ounty-ExB
Form Approved AVP-Law 03 12 1 O
Page 2 of 4 Exhibit B
Te rms & Cond it ions
BUILDING AMERICA" • \J
S~ion 6. PERMITS -COMPLIANCE WITH LAWS.
In the prosecution of the work covered by this Agreement, Contractor shall secure any and all necessary permits and shall
comply with all applicable federal , state and local laws, regulations and enactments affecting the work including , without
limitation, all applicable Federal Railroad Administration regulations .
Section 7. SAFETY.
A. Safety of personnel , property, rail operations and the public is of paramount importance in the prosecution of the work
performed by Contractor. Contractor shall be responsible for initiating, maintaining and supervising all safety, operations
and programs in connection with the work . Contractor shall at a minimum comply with Railroad 's safety standards listed in
Exhibit D, hereto attached , to ensure uniformity with the safety standards followed by Railroad's own forces . As a part of
Contractor's safety responsibilities, Contractor shall notify Railroad if Contractor determines that any of Railroad's safety
standards are contrary to good safety practices. Contractor shall furnish copies of Exhibit D to each of its employees
before they enter the job site .
B. Without limitation of the provisions of paragraph A above , Contractor shall keep the job site free from safety and health
hazards and ensure that its employees are competent and adequately trained in all safety and health aspects of the job.
C . Contractor shall have proper first aid supplies available on the job site so that prompt first aid services may be provided to
any person injured on the job site. Contractor shall promptly notify Railroad of any U.S . Occupational Safety and Health
Administration reportable injuries . Contractor shall have a nondelegable duty to control its employees while they are on the
job site or any other property of Railroad , and to be certain they do not use , be under the influence of, or have in their
possession any alcoholic beverage, drug or other substance that may inhibit the safe performance of any work.
D. If and when requested by Railroad , Contractor shall deliver to Railroad a copy of Contractor's safety plan for conducting the
work (the "Safety Plan"). Railroad shall have the right , but not the obligation, to require Contractor to correct any
deficiencies in the Safety Plan. The terms of this Agreement shall control if there are any inconsistencies between this
Agreement and the Safety Plan .
Section 8. INDEMNITY.
A. TO THE EXTENT NOT PROHIBITED BY APPLICABLE STATUTE, CONTRACTOR SHALL INDEMNIFY, DEFEND AND
HOLD HARMLESS RAILROAD , ITS AFFILIATES, AND ITS AND THEIR OFFICERS, AGENTS AND EMPLOYEES
("INDEMNIFIED PARTIES") FROM AND AGAINST ANY AND ALL LOSS, DAMAGE, INJURY, LIABILITY, CLAIM,
DEMAND, COST OR EXPENSE (INCLUDING, WITHOUT LIMITATION, ATTORNEY'S, CONSULTANT'S AND
EXPERT'S FEES, AND COURT COSTS), FINE OR PENAL TY (COLLECTIVELY, "LOSS") INCURRED BY ANY
PERSON (INCLUDING, WITHOUT LIMITATION, ANY INDEMNIFIED PARTY, CONTRACTOR, OR ANY EMPLOYEE OF
CONTRACTOR OR OF ANY INDEMNIFIED PARTY) ARISING OUT OF OR IN ANY MANNER CONNECTED WITH (I)
ANY WORK PERFORMED BY CONTRACTOR, OR (II) ANY ACT OR OMISSION OF CONTRACTOR, ITS OFFICERS,
AGENTS OR EMPLOYEES, OR (Ill) ANY BREACH OF THIS AGREEMENT BY CONTRACTOR.
B. THE RIGHT TO INDEMNITY UNDER THIS SECTION 8 SHALL ACCRUE UPON OCCURRENCE OF THE EVENT
GIVING RISE TO THE LOSS, AND SHALL APPLY REGARDLESS OF ANY NEGLIGENCE OR STRICT LIABILITY OF
ANY INDEMNIFIED PARTY, EXCEPT WHERE THE LOSS IS CAUSED BY THE SOLE ACTIVE NEGLIGENCE OF AN
INDEMNIFIED PARTY AS ESTABLISHED BY THE FINAL JUDGMENT OF A COURT OF COMPETENT
JURISDICTION. THE SOLE ACTIVE NEGLIGENCE OF ANY INDEMNIFIED PARTY SHALL NOT BAR THE
RECOVERY OF ANY OTHER INDEMNIFIED PARTY.
C. CONTRACTOR EXPRESSLY AND SPECIFICALLY ASSUMES POTENTIAL LIABILITY UNDER THIS SECTION 8 FOR
CLAIMS OR ACTIONS BROUGHT BY CONTRACTOR'S OWN EMPLOYEES. CONTRACTOR WAIVES ANY
IMMUNITY IT MAY HAVE UNDER WORKER'S COMPENSATION OR INDUSTRIAL INSURANCE ACTS TO
INDEMNIFY RAILROAD UNDER THIS SECTION 8. CONTRACTOR ACKNOWLEDGES THAT THIS WAIVER WAS
MUTUALLY NEGOTIATED BY THE PARTIES HERETO.
D. NO COURT OR JURY FINDINGS IN ANY EMPLOYEE'S SUIT PURSUANT TO ANY WORKER'S COMPENSATION
ACT OR THE FEDERAL EMPLOYERS' LIABILITY ACT AGAINST A PARTY TO THIS AGREEMENT MAY BE RELIED
UPON OR USED BY CONTRACTOR IN ANY ATTEMPT TO ASSERT LIABILITY AGAINST RAILROAD.
CROE -Texas City/County -ExB
Form Approved AVP-Law 031 210
Page 3 of 4 Exhibit B
Terms & Conditions
~
BUILDING AMERICA• ffl
E. THE PROVISIONS OF THIS SECTION 8 SHALL SURVIVE THE COMPLETION OF ANY WORK PERFORMED BY
CONTRACTOR OR THE TERMINATION OR EXPIRATION OF THIS AGREEMENT . IN NO EVENT SHALL THIS
SECTION 8 OR ANY OTHER PROVISION OF THIS AGREEMENT BE DEEMED TO LIMIT ANY LIABILITY
CONTRACTOR MAY HAVE TO ANY INDEMNIFIED PARTY BY STATUTE OR UNDER COMMON LAW.
Section 9. RESTORATION OF PROPERTY.
In the event Railroad authorizes Contractor to take down any fence of Railroad or in any manner move or disturb any of the
other property of Railroad in connection with the work to be performed by Contractor, then in that event Contractor shall, as
soon as possible and at Contractor's sole expense, restore such fence and other property to the same condition as the same
were in before such fence was taken down or such other property was moved or disturbed. Contractor shall remove all of
Contractor's tools, equipment, rubbish and other materials from Railroad's property promptly upon completion of the work,
restoring Railroad's property to the same state and condition as when Contractor entered thereon.
Section 10. WAIVER OF DEFAULT.
Waiver by Railroad of any breach or default of any condition, covenant or agreement herein contained to be kept, observed
and performed by Contractor shall in no way impair the right of Railroad to avail itself of any remedy for any subsequent breach
or default.
Section 11. MODIFICATION -ENTIRE AGREEMENT.
No modification of this Agreement shall be effective unless made in writing and signed by Contractor and Railroad . This
Agreement and the exhibits attached hereto and made a part hereof constitute the entire understanding between Contractor
and Railroad and cancel and supersede any prior negotiations, understandings or agreements, whether written or oral, with
respect to the work to be performed by Contractor.
Section 12. ASSIGNMENT -SUBCONTRACTING.
Contractor shall not assign or subcontract this Agreement, or any interest therein, without the written consent of the
Railroad . Contractor shall be responsible for the acts and omissions of all subcontractors. Before Contractor commences any
work , the Contractor shall, except to the extent prohibited by law; (1) require each of its subcontractors to include the
Contractor as "Additional Insured " in the subcontractor's Commercial General Liabil ity policy and Business Automobile policies
with respect to all liabilities arising out of the subcontractor's performance of work on behalf of the Contractor by endorsing
these policies with ISO Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent
coverage; (2) require each of its subcontractors to endorse their Commercial General Liability Policy with "Contractual Liability
Railroads" ISO Form CG 24 17 10 01 (or a substitute form providing equivalent coverage) for the job site ; and (3) require each
of its subcontractors to endorse their Business Automobile Policy with "Coverage For Certain Operations In Connection With
Railroads" ISO Form CA 20 70 10 01 (or a substitute form providing equivalent coverage) for the job site .
CROE -Te xas City/County-Ex B
Form Approved AVP-Law 031210
Page 4 of 4 Exhibit B
Terms & Conditions
EXHIBIT C
TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT
INSURANCE REQUIREMENTS
BUIU)ING AMERICA~ e
Contractor shall , at its sole cost and expense , procure and maintain during the course of the Project and until all Project
work on Railroad's property has been completed and the Contractor has removed all equipment and materials from Railroad 's
property and has cleaned and restored Railroad's property to Railroad 's satisfaction , the following insurance coverage :
A. Commercial General Liability Insurance . Commercial general liabil ity (CGL) with a limit of not less than $2,000,000
each occurrence and an aggregate limit of not less than $2,000 ,000 . CGL insurance must be written on ISO occurrence
form CG 00 01 12 04 (or a substitute form providing equivalent coverage).
The policy must also contain the following endorsement, which must be stated on the certificate of insurance :
• Contractual Liability Railroads ISO form CG 2417 10 01 (or a substitute form providing equivalent coverage) showing
"Union Pacific Railroad Company Property" as the Designated Job Site .
• Designated Construction Project(s) General Aggregate Limit ISO Form CG 25 03 03 97 (or a substitute form providing
equivalent coverage) showing the project on the form schedule.
B. Business Automobile Coverage insurance. Business auto coverage written on ISO form CA 00 01 (or a substitute form
/
providing equivalent liability coverage) with a combined single limit of not less $2 ,000,000 for each accident. -./
The policy must contain the following endorsements , which must be stated on the certificate of insurance:
• Coverage For Certain Operations In Connection With Railroads ISO form CA 20 70 10 01 (or a substitute form
providing equivalent coverage) showing "Union Pacific Property" as the Designated Job Site .
• Motor Carrier Act Endorsement -Hazardous materials clean up (MCS-90) if required by law.
C. Workers' Compensation and Employers' Liability insurance. Coverage must include but not be limited to :
• Contractor's statutory liabil ity under the workers' compensation laws of the State of Texas .
• Employers' Liability (Part B) with limits of at least $500,000 each accident, $500 ,000 disease policy limit $500,000 each
employee.
If Contractor is self-insured , evidence of state approval and excess workers compensation coverage must be provided .
Coverage must include:
• liability arising out of the U. S. Longshoremen's and Harbor Workers' Act, the Jones Act, and
• the Outer Continental Shelf Land Act ,·if applicable.
The policy must contain the following endorsement, which must be stated on the certificate of insurance :
• Alternate Employer endorsement ISO form WC 00 03 01 A (or a substitute form providing equivalent coverage)
showing Railroad in the schedule as the alternate employer (or a substitute form providing equivalent coverage).
D. Railroad Protective Liability insurance . Contractor must maintain Railroad Protective Liability insurance written on ISO
occurrence form CG 00 35 12 04 (or a substitute form providing equivalent coverage) on behalf of Railroad as named
insured, with a limit of not less than $2 ,000,000 per occurrence and an aggregate of $6 ,000,000. A binder stating the
policy is in place must be submitted to Railroad before the work may be commenced and until the original policy is
forwarded to Railroad.
E. Umbrella or Excess insurance. If Contractor utilizes umbrella or excess policies, these policies must "follow form" and
afford no less coverage than the primary policy .
F. Pollution Liability insurance. Pollution liability coverage must be written on ISO form Pollution Liability Coverage Form
Designated Sites CG 00 39 12 04 (or a substitute form providing equivalent liability coverage), with limits of at least
$5,000 ,000 per occurrence and an aggregate limit of $10 ,000 ,000 .
If the scope of work as defined in this Agreement includes the disposal of any hazardous or non-hazardous materials tn
the job site , Contractor must furnish to Railroad evidence of pollution legal liability insurance mainta ined by the
CROE -Texas City/County-ExC
Form Approved AVP-Law 03 12 10
Page 1 of 4 Exhibit C
Insurance Requirements
BUIU>ING AMERICA" ~
disposal site operator for losses arising from the insured facility accepting the materials, with coverage in minimum
amounts of $1,000,000 per loss, and an annual aggregate of $2,000 ,000.
Other Requirements
G. All policy(ies) required above (except worker's compensation and employers liability) must include Railroad as "Additional
Insured " using ISO Additional Insured Endorsements CG 20 26, and CA 20 48 (or substitute forms providing equivalent
coverage). The coverage provided to Railroad as additional insured shall, to the extent provided under ISO Additional
Insured Endorsement CG 20 26 , and CA 20 48 provide coverage for Railroad's negligence whether sole or partial, active
or passive, and shall not be limited by Contractor's liability under the indemnity provisions of this Agreement.
H. Punitive damages exclusion, if any, must be deleted (and the deletion indicated on the certificate of insurance), unless the
law governing this Agreement prohibits all punitive damages that might arise under this Agreement.
I. Contractor waives all rights of recovery, and its insurers also waive all rights of subrogation of damages against Railroad
and its agents, officers , directors and employees. This waiver must be stated on the certificate of insurance.
J. Prior to commencing the work, Contractor shall furnish Railroad with a certificate(s) of insurance, executed by a duly
authorized representative of each insurer, showing compliance with the insurance requirements in this Agreement.
K. All insurance policies must be written by a reputable insurance company acceptable to Railroad or with a current Best's
Insurance Guide Rating of A-and Class VII or better, and authorized to do business in the State of Texas.
L. The fact that insurance is obtained by Contractor or by Railroad on behalf of Contractor will not be deemed to release or
diminish the liability of Contractor, including, without limitation, liability under the indemnity provisions of this Agreement.
Damages recoverable by Railroad from Contractor or any third party will not be limited by the amount of the required
insurance coverage.
CROE -Texas City/County-ExC
Form Approved AVP-Law 0312 1 O
Page 2 of 4 Exhibit C
Insurance Requirements
EXHIBIT D
TO CONTRACTOR'S RIGHT OF ENTRY AGREEMENT
MINIMUM SAFETY REQUIREMENTS
BUILDING AMERICA"' •
The term "employees" as used herein refer to all employees of Contractor as well as all employees of any subcontractor or
agent of Contractor.
I. Clothing
A. All employees of Contractor will be suitably dressed to perform their duties safely and in a manner that will not interfere with
their vision, hearing, or free use of their hands or feet.
Specifically, Contractor's employees must wear:
(i) Waist-length shirts with sleeves.
(ii) Trousers that cover the entire leg. If flare-legged trousers are worn, the trouser bottoms must be tied to prevent
catching .
(iii) Footwear that covers their ankles and has a defined heel. Employees working on bridges are required to wear safety-
toed footwear that conforms to the American National Standards Institute (ANSI) and FRA footwear requirements.
B. Employees shall not wear boots (other than work boots), sandals , canvas-type shoes, or other shoes that have thin soles
or heels that are higher than normal.
C . Employees must not wear loose or ragged clothing, neckties, finger rings, or other loose jewelry while operating or working
on machinery.
II. Personal Protective Equipment
Contractor shall require its employees to wear personal protective equipment as specified by Railroad rules, regulations, or
recommended or requested by the Railroad Representative.
(i) Hard hat that meets the American National Standard (ANSI) Z89 .1 -latest revision . Hard hats should be affixed with
Contractor's company logo or name.
(ii) Eye protection that meets American National Standard (ANSI) for occupational and educational eye and face
protection, Z87.1 -latest revision. Additional eye protection must be provided to meet specific job situations such as
welding, grinding, etc.
(i ii) Hearing protection, which affords enough attenuation to give protection from noise levels that will be occurring on the
job site. Hearing protection, in the form of plugs or muffs, must be worn when employees are within:
• 100 feet of a locomotive or roadway/work equipment
• 15 feet of power operated tools
• 150 feet of jet blowers or pile drivers
• 150 feet of retarders in use (when within 1 O feet, employees must wear dual ear protection -plugs and muffs)
(iv) Other types of personal protective equipment, such as respirators , fall protection equipment, and face shields, must be
worn as recommended or requested by the Railroad Representative.
Ill. On Track Safety
Contractor is responsible for compliance with the Federal Railroad Administration's Roadway Worker Protection regulations
-49CFR214, Subpart C and Railroad's On-Track Safety rules . Under 49CFR214 , Subpart C, railroad contractors are
responsible for the training of their employees on such regulations . In addition to the instructions contained in Roadway Worker
Protection regulations, all employees must:
(i) Maintain a distance of twenty-five (25) feet to any track unless the Railroad Representative is present to authorize
movements .
CROE -Texas City/County-ExD
Fom, Approved AVP-Law 031210
Page 1 of 2 Exhibit D
Minimum Safety Requirements
BUIU>ING AMER~ •
~(ii) Wear an orange, reflectorized workwear approved by the Railroad Representative.
(iii) Participate in a job briefing that will specify the type of On-Track Safety for the type of work being performed .
Contractor must take special note of limits of track authority , which tracks may or may not be fouled, and clearing the
track. Contractor will also receive special instructions relating to the work zone around machines and minimum
distances between machines while working or traveling .
IV. Equipment
A. It is the responsibility of Contractor to ensure that all equipment is in a safe condition to operate. If, in the opinion of the
Railroad Representative, any of Contractor's equipment is unsafe for use, Contractor shall remove such equipment from
Railroad's property. In addition, Contractor must ensure that the operators of all equipment are properly trained and
competent in the safe operation of the equipment. In addition, operators must be :
• Familiar and comply with Railroad 's rules on lockouUtagout of equipment.
• Trained in and comply with the applicable operating rules if operating any hy-rail equipment on-track.
• Trained in and comply with the applicable air brake rules if operating any equipment that moves rail cars or any other
railbound equipment.
B. All self-propelled equipment must be equipped with a first-aid kit, fire extinguisher, and audible back-up warning device.
C. Unless otherwise authorized by the Railroad Representative, all equipment must be parked a minimum of twenty-five (25)
feet from any track . Before leaving any equipment unattended, the operator must stop the engine and properly secure the
equipment against movement.
D. Cranes must be equipped with three orange cones that will be used to mark the working area of the crane and the
minimum clearances to overhead powerlines .
V. General Safety Requirements
A. Contractor shall ensure that all waste is properly disposed of in accordance with applicable federal and state regulations .
B. Contractor shall ensure that all employees participate in and comply with a job briefing conducted by the Railroad
Representative, if applicable . During this briefing , the Railroad Representative will specify safe work procedures, (including
On-Track Safety) and the potential hazards of the job. If any employee has any questions or concerns about the work, the
employee must voice them during the job briefing . Additional job briefings will be conducted during the work as conditions,
work procedures , or personnel change.
C. All track work performed by Contractor meets the minimum safety requirements established by the Federal Railroad
Administration's Track Safety Standards 49CFR213.
D. All employees comply with the following safety procedures when working around any railroad track :
(i) Always be on the alert for moving equipment. Employees must always expect movement on any track, at any time, in
either direction.
(ii) Do not step or walk on the top of the rail, frog, switches, guard rails, or other track components .
(iii) In passing around the ends of standing cars, engines, roadway machines or work equipment, leave at least 20 feet
between yourself and the end of the equipment. Do not go between pieces of equipment of the o·pening is less than
one car length (50 feet).
(iv) Avoid walking or standing on a track unless so authorized by the employee in charge.
(v) Before stepping over or crossing tracks, look in both directions first.
(vi) Do not sit on , lie under, or cross between cars except as required in the performance of your duties and only when
track and equipment have been protected against movement.
E. All employees must comply with all federal and state regulations concerning workplace safety .
CROE -Texas City/County-Ex D
Form Approved AVP-Law 031210
Page 2 of 2 Exhibit D
Minimum Safety Requirements
08 -Reports
Geotechnical Report
GEOTECHNICAL INVESTIGATION
MCALISTER ROAD
FORT WORTH, TEXAS
KIMLEY-HORN AND ASSOCIATES, INC.
2201 W. ROYAL LANE, SU I TE 275
IRVING, TX 75063
BY
HVJ ASSOCIATES, INC.
DALLAS, TEXAS
APRIL 6, 2010
REPORT NO. DG-08-18620
HVJ
• • •
April 6, 2010
Ms. Dana LeClaire, PE
Kimley-Hom and Associates, Inc.
2201 W. Royal Lane, Suite 275
Irving, TX 75063
Re: Geotechnical Study
McAlister Road
Fort Worth, Texas
Owner: City of Fort Worth
HVJ Report No.: DG-08-18620
Dear Ms. LeClaire:
Houston
Austin
Dallas
San Antonio
9200 King Arthur Dr.
Dallas.TX 75247-3610
214.678.0227 Ph
214.678.0228 Fax
www.hvj.com
Submitted herein is the report of our geotechnical investigation for the above-referenced project.
The study was conducted in general accordance with our proposal number DG-08-18620 dated
November 12, 2008 and is subject to the limitations presented in this report.
We appreciate the opportunity of working with you on this project. Please read the entire report
and notify us if there are questions concerning the information presented or if we may be of further
assistance.
Sincerely,
HVJ ASSOCIATES, INC.
Texa · · n No. F-000646
FF/ZA
Copies Submitted: 1 Electronic, and 4 Bound.
, ...... ,,,,,,
--t! OF r, ,, .:-~~-· ····-.f..r:1,
-4-.·· * "·':"J' I -. . ,,. '*: ..• 'I. ,... ·-•1. , .................. '. ............ ,.
'-FADI N. FARAJ l. ,. ............................... s
~ ~'.-. 96707 /ts S 1, 'bA'··.f I Cf:NS~· ·~ ~ '•,f~s ioN;:c · ~~: ,,,,,,, ......
4/6/2010
The seal appearing on this docwnent was authorized by
Fadi N. Faraj, P.E. 96707 on .April 6, 2010 . .Alteration of a
sealed docwnent without proper notification to the
responsible engineer is an offense under the Texas
Engineering Practice .Act .
The following lists the pages which complete this report:
• Main Text -16 pages • .Appendix C -2 page
• Plates -11 pages • .Appendix D -2 page
• .Appendix .A -10 pages • .Appendix E -4 page
• .Appendix B -4 pages • .A ppendix F -3 page
Ziad R . AlAawar, Ph.D.
Staff Engineer
CONTENTS
1 EXECUTNE SUMMARY ................................................................................................ I
2 INTRODUCTION ............................................................................................................ 1
2.1 Pro ject Description ............................................................................................................. I
2.2 Geo technical Investigation Program ................................................................................... 1
3 FIELD INVESTIGATION ............................................................................................... 1
3.1 Geotechnical Borings .......................................................................................................... I
3.2 Sampling Methods .............................................................................................................. 2
3.3 Water Level Measurements ................................................................................................. 2
4 LABORATORY TESTING ............................................................................................... 2
4.1 Sample Examination and Classification Testing ................................................................. .2
4.2 Geotechnical Laboratory Testing ........................................................................................ 2
5 SITE CHARACTERIZATION ......................................................................................... 3
5.1 General Geology ................................................................................................................. 3
5.2 Soil Stratigraphy .................................................................................................................. 3
5.3 Groundwater Conditions .................................................................................................... 4
5.4 Sulfate Test Results ............................................................................................................. 4
6 CUL VERT DESIGN CRITERIA AND RECOMMENDATIONS ................................. .4
6.1 General ............................................................................................................................... 4
6.2 Box Culvert Design Recommendations ............................................................................. .4
6.3 Geotechnical Parameters .................................................................................................... 4
7 CULVERT CONSTRUCTION CONSIDERATIONS ..................................................... 5
7.1 General ............................................................................................................................... 5
7.2 Open-Cut Excavation Considerations ................................................................................. 6
7.3 Select Fill and General Earthwork Recommendations ........................................................ 7
7.4 Groundwater Control ......................................................................................................... 7
8 PAVEMENT DESIGN RECOMMENDATIONS ........................................................... 7
8.1 General ............................................................................................................................... ?
8.2 Moisture-Density Relationship ........................................................................................... ?
8.3 CBR Value .......................................................................................................................... 8
8.4 Rigid Pavement Section ...................................................................................................... 8
8.5 Rigid Pavement Thickness and Load Capacity .................................................................... 9
8.6 Preparation of Sub grade ................................................................................................... 10
9 DESIGN REVIEW ......................................................................................................... 10
10 LIMITATIONS ................................................................................................................ 11
ILLUSTRATIONS
Plate
SITE VICINITY MAP ..................................................................................................................................... 1
GEOLOGY MAP ............................................................................................................................................. 2
PLAN OFBORINGS ...................................................................................................................................... 3
BORING LOGS ............................................................................................................................................ 4-7
KEY TO TERMS ................................................................................................................................... 8A -8B
BRACED EXCAVATION LATERAL EARTH PRESSURE DIAGRAM ......................................... 9
APPENDICES
Appendix
SULFATE TEST RESULTS .......................................................................................................................... A
MOISTURE DENSITY RELATIONSHIP AND CBR TEST RESULTS ........................................... B
SUMMARY OF LABORATORY TESTING RESULTS ........................................................................ C
LIME SERIES .................................................................................................................................................. D
SWELL TEST RESULTS ................................................................................................... : ........................... E
PAVEMENT DESIGN OUTPUT ................................................................................................................ F
1 EXECUTIVE SUMMARY
HVJ Associates, Inc. was retained by Kimley-Horn and Associates, Inc. to provide geotechnical
services for the proposed improvement of McAlister Road along approximately 2,000 l.f. from UP
Railroad to IH 35 in Fort Worth, Texas. We understand that the proposed construction will include
a box culvert crossing and pavement design. The purpose of the geotechnical investigation is to
provide recommendations for the construction of the proposed culvert as well as to provide a
pavement design for the proposed roadway improvements.
Subsurface conditions at the site were evaluated by drilling and sampling a total of four ( 4)
exploratory borings along the proposed alignment of McAlister Road, which consisted of the
following: one (1) culvert boring to a depth of 15 feet below existing grade and three (3) roadway
borings to a depth of 10 feet below the existing grade. A brief summary of the investigational
findings consists of the following description:
1. The subsurface soils at the site consist of stiff sandy lean clay at B-1, and B-2 from under
the pavement to the termination depth. At B-4, the subsurface soil consist of stiff sandy
lean clay from under the pavement level to a depth of approximately 4 feet, and then
from a depth of approximately 6 feet to a depth of approximately 9 feet. Very stiff fat
clay is then observed till the termination depth of 10 feet. At B-3, stiff fat clay was
observed from under the asphalt to a depth of 14 feet. Very stiff fat clay is then observed
till the termination depth of 15 feet.
2. Groundwater was not observed either during or after completion of drilling. However, it
should be noted that groundwater levels will fluctuate with seasonal changes in moisture
conditions.
3. A laboratory testing program, consisting of moisture contents, Atterberg limits, sieve
analyses, swell, and unconfined compressive strength tests were performed on select soil
samples. The testing results were summarized and included in Appendix C. Chemical
testing, which consisted of sulfate, and corrosivity testing was also conducted. The
chemical testing results are included in Appendix A .
4. The sulfate analyses revealed that the total soluble sulfate contents are generally less than
1,000 ppm and may not be considered problematic with regard to acceleration and
enhancement of heave .
5. The design of the pavement for McAlister Road is based on that of Minor Arterials. We
therefore recommend a concrete pavement thickness of at least 9 inches. Because the PI
is greater than 15, we recommend using at least 8 inches of lime treated subgrade.
Furthermore, we recommend stabilizing the subgrade soil beneath the proposed
pavement with at least 6% lime for estimation purposes. We recommend that the exact
amount of cement stabilization be determined on the exposed subgrade during
construction.
Please note that the executive summary provided above does not fully detail our findings and
opinions. Descriptions of the full extent of our findings and opinions are only presented
through our full report.
2 INTRODUCTION
2.1 Project Description
HVJ Associates, Inc. was retained by Kimley-Hom and Associates, Inc. to provide geotechnical
services for the proposed improvement of McAlister Road along approximately 2,000 l.f. from UP
Railroad to IH 35, in Fort Worth, Texas . We understand that the proposed construction will include
a box culvert crossing and pavement design. The purpose of the geotechnical investigation is to
provide recommendations for the construction of the proposed culvert as well as to provide a
pavement design for the proposed roadway improvements.
Subsurface conditions at the site were evaluated by drilling and sampling a total of four ( 4)
exploratory borings along the proposed alignment of McAlister Road, which consisted of the
following: one (1) culvert boring to a depth of 15 feet below existing grade and three (3) roadway
borings to a depth of 10 feet below the existing grade. A brief summary of the investigational
findings consists of the following description
The design and construction of the new pavement sections will be performed in accordance with
City of Fort Worth Design Guidelines. A site vicinity map is presented on Plate 1.
2.2 Geotechnical Investigation Program
The primary objectives of this study were to gather information on subsurface conditions at the site
and to provide design recommendations for the proposed culvert and pavement. The objectives
were accomplished by:
1. Drilling and sampling a total of four ( 4) borings along the proposed alignment of
McAlister Road, which consisted of the following: one (1) culvert boring to a depth of 15
feet below existing grade and three (3) roadway borings to a depth of 10 feet below the
existing grade. These borings were used to determine soil stratigraphy and to obtain
samples for laboratory testing;
2 . Performing laboratory tests to determine physical and engineering characteristics of the
soils; and
3. Performing engineering analyses to develop design guidelines and recommendations and
presenting this information in a report.
Subsequent sections of this report contain descriptions of the field exploration, laboratory-testing
program, and the general subsurface conditions observed. Also presented in this report are
descriptions of both the prescribed design recommendations and the construction considerations.
3 FIELD INVESTIGATION
3.1 Geotecbnical Borings
The field exploration program undertaken at the project site was performed on September 18, 2009.
Subsurface conditions at the site were evaluated by drilling and sampling a total of four (4) borings
along the proposed alignment of McAlister Road, which consisted of the following: one (1) culvert
boring to a depth of 15 feet below existing grade and three (3) roadway borings to a depth of 10 feet
below the existing grade. A site plan showing the approximate boring locations is presented on the
Plan of Borings, which is provided in Plate 3.
1
_..,
3.2 Sampling Methods
Soil samples were obtained continuously either to a depth of ten feet below existing grade or to a
depth where bedrock was encountered, whichever was reached sooner, after which a sampling
interval of five feet was used. Cohesive soil samples were obtained with a three-inch diameter, thin-
walled (Shelby) tube sampler in general accordance with ASTM D-1587. Each sample was removed
from the sampler in the field and was carefully examined and classified accordingly. The shear
strengths of the cohesive soils were estimated in the field with a hand penetrometer. Suitable
portions of each sample were sealed and packaged for transportation to our laboratory. Detailed
descriptions of the soils encountered in the borings are given on the boring logs presented on Plates
4 through 7. A key to the soils classification and symbols used in the boring logs is also presented
on Plates 8A and 8B.
3.3 Water Level Measurements
Groundwater was not observed during or after completion of drilling. However, it should be noted
that groundwater levels will fluctuate with seasonal changes in moisture conditions.
4 LABORATORY TESTING
4.1 Sample Examination and Classification Testing
Soil samples transported to our laboratory were further examined and identified in accordance with
ASTM D 2488 -Description and Identification of Soils. A preliminary soil classification was assigned to
each soil sample based on ASTM D 2487 -Classification of Soil For Engineering Purposes. Classification
testing was subsequently conducted on select samples, including measurement of moisture contents,
Atterberg limits, and percentage of particles finer than No. 200 sieves. The result of each test was
used to confirm or modify the given preliminary soil classification.
4.2 Geotecbnical Laboratory Testing
Select soil samples were tested in the laboratory to detennine applicable physical and engineering
properties. All tests were performed according to the relevant ASTM Standards. These tests
consisted of measurements of moisture content, Atterberg limits, percentage of particles passing the
number 200 sieve, hand penetrometer reading, unconfined compression strength, and dry unit
weight. The swell potential of the soil was also evaluated using swell tests.
The Atterberg Limits and percent passing the number 200 sieve were utilized to verify field
classification of the soils according to the Unified Soils Classification System. The hand
penetrometer and unconfined compression tests were performed to obtain approximations of the
undrained shear strength of the soil. Swell tests along with the Atterberg limits were both used to
estimate the swell potential of the soil. Sulfate analysis test results were utilized to detennine the
problematic levels of sulfates in the surficial soils.
2
The type and number of tests performed for this investigation are summarized below:
Type of Test
Moisture Content (ASTM D2216)
Atterberg Limits (ASTM D4318)
Percent Passing No. 200 Sieve (ASTM D1140)
Hand Penetrometer
Unconfined Compression (ASTM D2166)
Dry Unit Weight (ASTM D2166)
Swell Test (ASTM D4546)
California Bearing Ratio (ASTM D1883)
Proctor Test (ASTM D698)
Sulfate Analysis (E300)
Number of Tests
21
10
10
21
9
9
3
3
1
1
Some of the laboratory test results are presented on the boring logs on Plates 4 through 7. A full
summary of the laboratory testing results is also included in Appendix C. Sulfate test results are
provided in Appendix A. California Bearing Ratio and Proctor test results are presented in
Appendix B. Lime Series test results are presented in Appendix D.
5 SITE CHARACTERIZATION
5.1 General Geology
According to the University of Texas at Austin, Bureau of Economic Geology "Geologic Atlas of
Texas, Dallas Sheet," the project site area is described as being in the area of Grayson Marl and Main
Street Limestone undivided (map symbol Kgm). The Grayson Marl deposits mainly consist of
calcareous and gypsiferous clays. The Main Street Limestone largely consists of medium-grained,
chalky rock that weathers to light gray to white. A geology map containing the project site is
provided on Plate 2.
5.2 Soil Stratigraphy
Our interpretation of soil, rock and groundwater conditions at the project site is based on
information obtained at the boring locations. This information has been used as the basis for our
conclusions and recommendations. Significant variations within areas not explored by the project
borings will require reevaluation of our findings and conclusions.
The subsurface soils at the site consist of stiff sandy lean clay at B-1, and B-2 from under the
pavement to the termination depth. At B-4, the subsurface soil consist of stiff sandy lean clay from
under the pavement level to a depth of approximately 4 feet, and then from a depth of
approximately 6 feet to a depth of approximately 9 feet . Very stiff fat clay is then observed till the
termination depth of 10 feet. At B-3, stiff fat clay was observed from under the asphalt to a depth of
14 feet. Very stiff fat clay is then observed till the termination depth of 15 feet.
Detailed descriptions of the soil and rock strata encountered in all of the borings are given in the
boring logs presented on Plates 4 through 7. Keys to the terms and symbols used for soil and rock
classification on the boring logs are also included on Plates 8A and 8B, respectively.
3
5.3 Groundwater Conditions
Groundwater was not observed in the boring locations either during or after completion of drilling.
Furthermore, the majority of the soils were observed to be dry at the time of drilling. However, it
should be noted that groundwater levels will fluctuate with seasonal changes in moisture conditions.
5.4 Sulfate Test Results
The results of sulfate and chloride analysis based on test method E300 performed on in-situ moist
sample are presented below.
Boring No. Depth (feet)
B-3 4-6
Total Sulfate
(ppm)
188
The sulfate analyses revealed that the total sulfate contents are considerably less than 1,000 ppm and
may not be considered problematic with regards to the acceleration and enhancement of the soils
tendency to heave.
6 CULVERT DESIGN CRITERIA AND RECOMMENDATIONS
6.1 General
The project will involve the construction of a culvert adjacent to the location of B-3. We understand
that the invert depth of the culvert will be between 5 and 10 feet below the existing ground surface.
6.2 Box Culvert Design Recommendations
We understand that the reinforced box culvert will be founded at a maximum depth of about 10 feet
below the existing grade. Reinforced concrete box culverts shall meet the minimum requirements of
ASTM C789, "Precast Reinforced Concrete Box Sections for Culverts, Storm Drains, and Sewers".
Design guidelines and recommendations for the box culvert placed by open-cut techniques are
discussed in the following sections.
6.3 Geotechnica] Parameters
Geotechnical design parameters are presented in the following table. These design parameters are
based on field and laboratory test data obtained from boring B-3. Please note that, because of the
nature of the soil stratigraphy at this site, parameters at locations that deviate from the boring
location may vary substantially from values reported in the table provided on the next page.
Undrained Allowable Boring Approximate Soil Dry Unit Shear Bearing No. Invert Description Weight Strength (pst) Pressure
Depth (ft) (pct) or Friction (pst) Angle (deg)
B -3 5-10 Stiff to very stiff Sandy, Silty Clay 100 1500 2500
4
The values shown in the above table represent our interpretation of the soil properties based on the
available laboratory and field te st data. Use of the soil properties shown above may or may not be
appropriate for a particular analysi s, since choice of design parameters often depends on whether
total or effective stress analysi s is u sed, rate of loading, duration of loading, geometry of loaded area,
and other factors. The total unit weight values shown above represent our interpretation of soil unit
weight at natural moisture content. The undrained shear strength and allowable bearing pressure
values represent our interpretatio n of the shear strength in clay soils based primarily on the results of
unconfined compression tests, and hand penetrometer tests. The allowable bearing pressures
include a factor of safety of 3 .
Design Lateral Pressure. The soil pressure ex erted on a culvert wall is mainly a function of the type
of backfill and its method of placement. Over-compaction of backfill behind walls and utilization of
highly plastic expansive clay backfill are practices that generally produce the highest wall pressures.
In these cases , horizontal earth pressures ex ceeding the vertical earth pressure can be expected.
Design at-rest lateral pressures for culvert walls may be calculated for each backfill type using the
equivalent fluid densities for drained level backfill as stated in the following Table.
Lateral Earth Pressure of Box Culvert Backfill
Fill Type
Select Cohesive
Soil (PI less than 20)
Bank Sand
On Site Cohesive Soil (PI greater than 20)
Equiv alent Fluid
Density (pd)
70
40
90
O v er-compaction of the backfill should be avoided to prev ent the increase of lateral earth pressures
on the culvert. The recommended design pressures do not include a groundwater pressure
component.
Vertical Soi) Loads. Loading on the top of the box culvert may be calculated using a total soil unit
weight of 130 pounds per cubic foot (pc£). For buoyancy calculations, the unit weight of soil should
be taken as 65 pcf, which assumes a water table at the ground surface.
7 CUL VERT CONSTRUCTION CONSIDERATIONS
7.1 Genera)
This section is intended to address issues that might arise during construction. Our
recommendations are intended for use as guidelines in dealing with particular soil conditions. The
topics addressed in this section include trench ex cavation stability, groundwater control, open-cut
construction and trenchless technique construction considerations.
The recommendations contained herein are not intended to dictate construction methods or
sequences. Instead they are provided solely to assist designers in identifying potential construction
problems related to ex cavation, b ased upon findings deriv ed from sampling. Depending upon the
final design chosen for the project, the recommendations may also be useful to personnel who
observe construction activity .
5
Prospective contractors for the project must evaluate potential construction problems on the basis
of their review of the contract documents, their own knowledge of and experience in the local area,
and on the basis of similar projects in other localities, taking into account their own proposed
methods and procedures.
7.2 Open-Cut Excavation Considerations
E xcavations should satisfy two requirements. First, the soils above final grade must be removed
without disturbing the soil below excavation grade, which will support constructed facilities.
Second, the sides of the excavation must be stable to prevent damage to adjacent streets and
facilities as a result of either vertical or lateral movements of the soil. In addition, a satisfactory
excavation procedure must include an adequate construction dewatering system to lower and
maintain the water level at least a few feet below the lowest excavation grade.
Excavation Stability. Excavations shall be shored, laid back to a stable slope or some other
equivalent means may be used to provide safety for workers and adjacent structures. Earth
pressures for braced excavations are presented on Plate 9. Assessment of the need for excavation
sloping, use of trench boxes or other measures required to provide a stable excavation, and the use
of appropriate construction practices and/ or equipment is the contractor's responsibility. The
following comments are intended to represent common solutions to stability problems encountered
in similar soil conditions in the Dallas area, and may not be construed as excavation system design
recommendations. The excavation operations shall be performed in accordance with 29 CPR Part
1926 subpart P, as amended, including rules published in the Federal Register, Vol. 54, No. 209,
dated October 31, 1989, as a minimum. In addition, the provisions of legislation enacted by the
Texas Legislature should be satisfied .
Excavations Shallower Than Five Feet. Trenches that are less than five feet deep should be
appropriately protected when any indication of hazardous ground movement is anticipated. Based
on the soil conditions revealed by the borings, all trenches shallower than five feet may be excavated
with side slopes of one vertical to one and one-half horizontal. If there are any indications of
sloughing during excavation, the side slopes should be flattened.
Excavations Deeper Than Five Feet. Trenches that are deeper than five feet should be shored, laid
back to a stable slope, or some other appropriate means of protection should be provided where
workers might be exposed to moving ground or caving. The slopes may be constructed in
· accordance with Table B-1 and shoring may be constructed in accordance with Table C-1.1, Table
C-1.2 and Table C-1.3 of 29 CPR Part 1926. Soil types required by Table C-1.1, Table C-1.2 and
Table C-1.3 (Trench Shoring-Minimum Timber Requirements) are given below:
Boring OSHA Soil Type
No. Depth of Trench (ft)
0-5 5-10 10-15
B-3 C C C
In general, it is our op1n1on that the pressure distribution (for braced walls) should be used for
design of sheeting or trench boxes. To reduce the potential for ground movement adjacent to the
top of the excavation, the bracing should be preloaded in stages as the ex cavation is deepened. The
detailed earth pressure diagrams are presented on Plate 9.
6
The planned construction will be performed along alignments near existing utility installations ( either
crossing or paralleling the new alignments). The contractors should be aware of potential excavation
stability problems while working in the vicinity of old trenches and the excavation system should be
designed to accommodate this weak material (trench backfill).
The vertical walls of excavations should be located a safe distance from existing utilities in order to
prevent movement in the soil mass behind the ex cavation that may adversely affect the utilities . We
recommend that the horizontal distance should be 4 feet for ex cavation depths of up to 10 feet.
7 .3 Select Fill and General Earthwork Recommendations
Select fill required to raise the grade or backfill should consist of lean silty or sandy clay with a liquid
limit less than 40 and a plasticity index between 7 and 20. Fill material that is used should be placed
in loose lifts not ex ceeding eight inches and should be compacted to 95 percent of standard Proctor
maximum dry density as determined by ASTM D698.
7. 4 Groundwater Control
Assessment of the need for groundwater control and installation of appropriate dewatering
equipment is the contractor's responsibility. The following comments are intended to represent
common solutions to groundwater control problems encountered in similar soil conditions in the
Dallas area, and may not be construed as dewatering system design recommendations.
A conventional pump and sump arrangement may be adequate if water bearing cohesive soils are
encountered during trench excavations. Well points or eductors may be utilized to lower the
groundwater level to at least three feet below the excavation level where water bearing cohesionless
soils are encountered. Well points are generally not effective below about 15 feet beneath the top of
the well point, and deeper dewatering requires deep wells with submersible pumps and eductors.
Based on the subsurface soils encountered, we anticipate groundwater to be controlled using either
pump and sump arrangement or well points. In any case, the groundwater control system used must
provide a relatively dry, stable base for construction. However, it should be noted that groundwater
conditions will change due to rainfall and seasonal changes.
Control of groundwater should be accomplished in a manner that will preserve the strength of the
foundation soils; will not cause instability of the ex cavation; and will not result in damage to existing
structures. Where necessary to this purpose, the water will be lowered in advance of excavation by
pump and sump arrangement, wells, well points, or similar methods. Open pumping should not be
permitted if it results in boils, loss of fines, softening of the subgrade, or excavation instability.
Discharge should be arranged to facilitate sampling by the owner's representative or engineer
8 PAVEMENT DESIGN RECOMMENDATIONS
8.1 General
We understand that the project will also involve the reconstruction of the pavement along the
existing part of McAlister Road.
8.2 Maistme-Density Relationship
Based on the results of a standard Proctor test, the maximum dry density (MDD) of the composite
sample obtained from natural on-site soils was determined to be 113.2 pcf at an optimum moisture
content (OMC) of 13 %. The composite sample was classified as brown lean clay. The plasticity
7
index and liquid limit of the composite sample were 16 and 30, respectively. The percent passing
No. 200 Sieve was 44 .
8.3 CBR Value
A design CBR value of 2.1 % is estimated at 95 % of MDD corresponding to 107 .5 pcf.
8.4 Rigid Pavement Section
The recommendations presented in this report for the pavement design were develo ped in
accordance with the "AASHTO Guide for Design of Pavement Structures", 1993 Edition. The
design procedure for determining concrete slab thickness for rigid pavement is based on an
extension of the algorithms that were originally dev eloped from the AASHTO Ro ad Test. The
categories required for the design of pavement includes: (a) design variables, (b) performance
criteria, (c) pavement structural characteristics, (d) material properties for structural design, and (e)
reinforcement variables. Parameters relative to these categories are discussed below.
Traffic Load and Design Period . Based on the traffic counts provided by Kimley-Hom and
Associates, Inc., we have estimated a traffic loading of 3,800,000 ESAL (18-Kip equivalent single
axle load). This estimate is based on annual ESAL of 86,390 (including 3 % trucks), a growth rate of
2.5%, and a design life of 30 years in accordance with the City of Fort Worth Pavement Design
Standards Manual.
Reliability Level and Overall Standard Deviation. A reliability level (R) of 85 percent was selected
for the pavement design performance. A mean value of the overall standard deviation (S 0 ) was
selected to be 0.39 for rigid pavement.
Serviceability. The serviceability of a pavement is defined as its ability to serve the type of traffic
that uses the facility. The condition of the pav ement after the performance period is characterized
by a Terminal Serviceability Index (P J, which is a function of the pavement structure . We
recommend that a Terminal Serviceability Index of 2.5 be used for all pavements. Since the time at
which a given pavement structure reaches its terminal serviceability depends on traffic volume and
the original or initial serviceability (P ;), some consideration also must be given to the selection of P 0 •
As obtained at the AASHTO Road Test, a P O value of 4.5 was selected.
Drainage. The treatment for the expected level of drainage for a rigid pavement is through the use
of a drainage coefficient, Ca . A Ca value of 0 .85 was selected for poor to fair quality of drainage.
We hav e assumed that poor to fair quality drainage will be used on this project.
Load Transfer. The load transfer coefficient,}, is a factor used in rigid pavement design to account
for the ability of a concrete pavement structure to transfer load across discontinuities, such as joints .
Based on the values developed by AASHTO, a mean value of the load transfer coefficient (J) of 2.7
was selected for the design of jointed reinforced concrete pavement with tied curbs.
I ,oss of Support. This factor, LS, was included in the design of rigid pavement to account for the
potential loss of support arising from subbase erosion and/ or differential vertical soil movement.
An LS value of 1.0 was selected according to the AASHTO suggestion for the condition of
stabilized soils beneath the pavement.
Effective Modulus of Suhgrade Reaction. Based on the California Bearing Ratio of 20 %, we have
estimated a subgrade resilient modulus of 30,000 psi. Based on the loss of support factor (LS)
de~cribed previously (LS=1.0), an effective modulus of subgrade reaction (k) was found to be 343
pc1.
8
Concrete Elastic Modulus and Modulus of Rupture. A mean value of 600 psi for S'c was selected
for the design .
A value of 3.42 x 10 6 psi was used for the modulus of elasticity of the concrete (Ee) using the
correlation recommended by the American Concrete Institute.
Ee= 57,000 (fc)0·5
Where,
E e = elastic modulus of concrete in psi and,
fc = compressive strength of concrete in psi; a value of 3 ,600 psi is used here.
8.5 Rigid Pavement Thickness and Load Capacity
Based on the above parameters, a minimum of 9 -inch thick concrete pavement is recommended for
a 30-year design life period. In addition, we recommend that eight inches of the subgrade soils be
stabilized with 6% lime by dry weight since the subgrade soil is expected to be cohesive type (fat
clays, sandy clays, lean clays, sandy lean clays ... ). If cohesionless soil type (sands, clayey sands ... ) is
encountered at the subgrade at any location, 2% lime and 8% fl y ash b y dry weight is recommended
to be used. The 6% lime will be equivalent to 40 pounds per square yard. The 2% lime and the 8%
fly ash will be equivalent to 10 and 50 pounds per square yard, respectively. The above amounts for
stabilization are provided for estimation purposes. The exact amount of lime and fly ash should be
determined by testing the exposed subgrade during construction.
Reinforcing Steel Requirement: Longitudinal and transverse reinforcing steel is required to resist
warping stresses in the pavement section and to hold pavement cracks that develop tightly closed. In
addition, reinforcement is required at pavement joints in order to prev ent deflections across the
joint.
Recommendations for reinforcement at pav ement joints are described in the AASHTO Pavement
Design Manual. The amount of longitudinal and transverse reinforcement required depends on the
distance between pavement joints. Various bar sizes and spacings can be used to satisfy these
reinforcement requirements, and the overall cross-sectional area of steel (A s) required per foot of
slab width can be calculated as follows:
Where:
A =FLW
s 2f
s
A s Required cross-sectional area of reinforcing steel per foot of width
F Coefficient of resistance between slab and subgrade
L Distance between free transverse joints or between free longitudinal edges,
feet
W Weight of pavement slab, psf
fs Allowable working stress in the steel, psi
Slab Length . This refers to the joint spacing or distance, L, between free transverse or longitudinal
joints.
Steel Working Stress. The allowable working stress (fs) in steel reinforcement is a value equivalent to
75 percent of the steel yield strength.
9
Friction Factor. This factor, F, represents the frictional resistance between the bottom of the slab
and the top of the underlying sub base or subgrade layer. Based on City of Fort Worth Pavement
Design Standards Manual 2005, Friction Factors between pavement slab and material beneath slab
shall be in accordance with Part II -Table 2 .8 of the AASHTO Design Guide, except the friction
factor for natural subgrade shall be no less than 1.0. Based on the values recommended by
AASHTO, a friction factor of 1.8 can be used for the condition of stabilized soils beneath the
pavement.
Steel Requirements. The design consultant should determine reinforcing schedule after the joint
spacing (Lin the equation above) is determined.
Based on City of Fort Worth Pavement Design Standards Manual 2005, all rigid pavements shall be
jointed reinforced concrete pavements CTRCP). Only steel reinforcement will be allowed. No plain
jointed concrete pavements CTCP) will be allowed .
Reinforcement for JRCP shall be designed in accordance with Part II -Section 3.4 of the AASHTO
Design Guide, except maximum spacing for number 3 reinforcing bars shall be 24 inches center to
center, and for larger bars the maximum spacing shall be 36 inches center to center.
8.6 Preparation of Subgxade
The subgrade soils along the pavement alignment generally consist of both cohesive and
cohesionless soils. We recommend that at least eight inches of the subgrade be stabilized.
Stabilization of the subgrade should increase the modulus of subgrade reaction and provide
subgrade stability for construction during inclement weather. In addition, subgrade stabilization
should enhance long-term pavement performance by reducing the tendency of the soil to displace by
pumping. We recommend the following procedures for subgrade preparation.
1 . Clear the existing pavement section.
2 . Strip the surface soil to suitable depths. In areas where soft, compressible or loose soils
are encountered, additional stripping may be required. Stripping should extend a
minimum of two feet beyond the edge of the proposed pavement where possible.
3. Surfaces exposed after stripping should be proof-rolled in accordance with TxDOT
Standard Specification Item 216 or equivalent City of Fort Worth specification. If
rutting dev elops, tire pressures should be reduced. The purpose of the proof-rolling
operation is to identify any underlying zones or pockets of soft soils and to remove such
weak materials.
4 . Before stabilizing the subgrade, scarify the upper eight inches of exposed surface as
required, mix with lime if subgrade soils are cohesive or with lime and fly ash if subgrade
soils are cohesionless, and compact it to 95 percent of standard proctor maximum dry
density (ASTM D698). The amount of lime or lime and fl y ash shall be determined for
subgrade soils by conducting laboratory tests on the exposed subgrade material during
9 DESIGN REVIEW
HVJ Associates, Inc. should review the design and construction plans and specifications prior to
release to make certain that the geotechnical recommendations and design criteria presented herein
have been properly interpreted.
10
10 LIMITATIONS
This investigation was performed for the exclusive use of Kimley-Hom and Associates, Inc. for the
proposed improvement of McAlister Road in Fort Worth, Texas. HVJ Associates, Inc. has
endeavored to comply with generally accepted geotechnical engineering practice common in the
local area. HVJ Associates, Inc. makes no warranty, express or implied. The analyses and
recommendations contained in this report are based on data obtained from subsurface exploration,
laboratory testing, the project information provided to us and our experience with similar soils and
site conditions. The methods used indicate subsurface conditions only at the specific locations
where samples were obtained, only at the time they were obtained, and only to the depths
penetrated. Samples cannot be relied on to accurately reflect the strata variations that usually exist
between sampling locations. Should any subsurface conditions other than those described in our
boring logs be encountered, HVJ Associates, Inc. should be immediately notified so that further
investigation and supplemental recommendations can be provided.
11
-
PLATES
9200 Kin2 Arthur Or.
Dallas, TX 75247
214~78-0227
2 14~78-0228 Fa.'<
ASSOCI ATU __ ,----------,---------11
DATE: 5/6/2009 APPROVED BY :
ZA
SITE VICINITY PLAN
MCALISTER ROAD
PREPARED BY:
DB
PROJECT NO .:
DG0818620 DRAWING NO.:
PLATE I
DATE: 11 /07 /2008
9200 Kine Arthur Or.
Dallas, TX 75247
2 14-678--0227
214""678--0228 f a."(
APPROVED BY :
FF
SITE GEOLOGY
MCALISTER ROAD
PREPARED BY:
DB
PROJECT NO .: DRAWING NO.:
DG0818620 PLATE2
iMATCHLINE STA 10+00
·+ Ill
"'· . )-·---'
'
DATE: 10/30 /09
PROJECT NO .:
If""----~---.... -~--
9200 Kine: Arthur Dr.
Dallas, TX 75247
214-678-0227
214-678-0228 Fax
APPROVED BY:
ZA
PLAN OF BORINGS
MCALISTER ROAD
PREPARED BY :
DB
DRAWING NO.:
DG0818620 PLATE3
-,
Cl.
(!)
Cl
Cl'.
Cl'. w
I-
"' :i
...J
<(
<..l :;;
0
N
(0 .,
.,
9
(!)
Cl
(!) z a:
0
"' ...J
0
"' u.
0
(!)
0
Project: McAllister Rd
Boring No.: B-1
Groundwater during drilling: DRY
Groundwater after drilling: DRY
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
LOG OF BORING
Date : 9/18/2009
Northing: --
Easting : --
SOIUROCK CLASSIFICATION
~
u5 zu..
LU t) oa..
11'.
Project No .: DG-08-18620
Elevation :
Station: --
Offset: --
SHEARSTRENGTH ,TSF
• • • )I(
0.5 1.0 1.5 2.0
0 MOISTURE O CONTENT, %
1-------'----------+--------------------t--+---i PLASTIC LIMIT 1---1 LIQUID LIMIT
-o ZfJ;)'
) )(
)
) )
1-5
I
~1s
~20
Shear Types :
CONCRETE7"
··Stiff ·to ·very ·stftt: ·o ifve· brown ·sANDY ·LEAN ·c·LA v · · · · · · ·
(CL) (FILL)
Very Stiff, olive brown and gray LEAN CLAY (CL)
58
115
96 116
• = Hand Penet. • = Torvane A.= Unconf. Comp .
10 20 30 40 50 60 70 80 90
' <D \
I
4~
\
\
\
0
* = UU Triaxial
\
~ •
.
\
\
\
\ ,.
PLATE 4
_,.__ __________ _
f--
0
(!)
> :,:
-, a..
(!)
0 oc
oc w
f--
<JJ :::;
...J
<( u ::;;
0
"' )8
~
(!)
0
(!) z
o2
0
al
...J
0
<JJ
u..
0
(!)
0
Project: McAllister Rd
Boring No .: B-2
Groundwater during drilling : DRY
Groundwater after drilling : DRY
ELEV.
DEPTH,
FEET
SO IL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
LOG OF BORING
Date : 9/18/2009
Northing : --
Easting : --
SOIL/ROCK CLASSIFICATION
w C!J> zW
ii;ii.i
en o
<(O
c.."'
~
iii
Zu..
W(.)
DC..
&
Project No .: DG-08-18620
Elevation:
Station : --
Offset: --
SHEAR STRENGTH , TSF
• • • *
Q5 1.0 1.5 20
~cj z 0 MOISTURE O CONTENT, %
1------'-----------t-------------------+--+-----i PLASTIC LIMIT 1------l LIQUID LIMIT
-o
y
x~
x~
X )
~
X )
~o X
~ ij
-5 ~» xy
>---10
-15
~20
Shear Types:
ASPHALTS"
· · siitt ·to ·very ·sift( ·brawri · ;iri,i ciii"ri< ·9;.ay ·sA·Nov ·LEAN . · · ·
CLAY (CL) (FILL)
. \ieiry ·siiif tan ·ai,ci brown LEAN. CLAY (CL) ............... .
58 106
112
99
9 = Hand Penet. • = Torvane A= Unconf. Comp .
10 20 30 40 50 60 70 80 90
~
0 I
I
~
\
\
'\
\
0
* = UU Triaxial
PLATE 5
...,.__ __________ _
f-
0
(!)
~ :r:
-,
a.
(!)
ci a:
a: w
f-en :::;
....I
;§
::;;
0
~
~
(!)
0
(!) z
Q'.
0 a,
....I
0 en
u.
0
(!)
0
Project: McAllister Rd
Boring No .: B-3
Groundwater during drilling : DRY
Groundwater after drilling : DRY
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
LOG OF BORING
Date : 9/18/2009
Northing : --
Easting : --
SOIUROCK CLASSIFICATION
LlJ Cl> zW
;;;cii
<Jlo
<{O
c._N
~
cii
Zu..
LlJ(.)
DC..
~
Project No .: DG-08-18620
Elevation :
Station : --
Offset: --
SHEAR STRENGTH , TSF • • ... *
Q5 1.0 1.5 20
~() z 0 MOISTURE O CONTENT, %
f------'-------------1------------------t-------1---i PLASTIC LIMIT 1---------l LIQUID LIMIT
0 .. ASF>HAL T 6' . . .................................................. . 10 20 30 40 50 60 70 80 90
Stiff, gray, FAT CLAY (FILL)
Stiff, Qray ,· i=AT CLAY (CH) ............................ -. 77 96
I
5 96
I
\
\
81
~
104 ...
10
Very stiff, tan gray shaly LEAN CLAY (CL)
98
15
20
Shear Types: • = Hand Penet. • = Torvane A= Unconf. Comp . * = UU Triaxial
PLATE 6
..... ...__ _________ _
l-o
(!)
i
-, a..
(!)
c:i a:
a: w
I-en :::;
...J
<(
0 ::;;
0
"' co a,
~
(!)
0
(!) z
O'. a
a,
...J a en
u. a
(!)
a
Project: McAllister Rd
Boring No.: B-4
Groundwater during drilling : DRY
Groundwater after drilling: DRY
ELEV.
DEPTH ,
FEET
SOIL SYMBOLS
SAMPLER SYMBOLS
AND FIELD TEST DATA
LOG OF BORING
Date : 9/18/2009
Northing : --
Easting : --
SOIUROCK CLASSIFICATION
L1J ~ C!l> zW en ciicii zu. cno L1J ()
<(O oa. a."' >-~o a::
Project No .: DG-08-18620
Elevation :
Station : --
Offset: --
SHEAR STRENGTH, TSF • • * )I(
0.5 1.0 1.5 2.0
z D MOISTURE O CONTENT, %
1-----_,__--------1------------------1----1----1 PLASTIC LIMIT 1------l LIQUID LIMIT
0 .. cbNcRETE ·s; .......................................... .
69
107
5 26
"very stiff: gray ·sHALY .FAT CLAY (CH) .... " ..... . 86 106
10
15
20
Shear Types : 0 = Hand Penet. • = Torvane A.= Unconf. Comp .
10 20 30 40 50 60 70 80 90
' I •
•
' ' \
* = UU Triaxial
PLATE 7
--',...._ _________ _
SOIL SYMBOLS SAMPLER TYPES
Soil Types I Thin Walled lZl No Recovery
0 illlJ]] [JI[] ~ Shelby Tube
Clay Silt Sand Gravel ~ Split Barrel [I Aug er
Modifiers
~ • CJ coee:~:
0 6
0 oO
[] Liner Tube 8 Jar Sample
Clayey Silty Sandy Cemented
Construction Materials WATER LEVEL SYMBOLS
HB 'I -[ill ~ "'.> I .l -=-Groundwater level determined during -;__:1·~, drilling operations
Asphaltic Stabilized Fill or Portland Groundwater level after drilling in ~
Concrete Base Debris Cement -=-open borehole or piezometer
Concrete
SOIL GRAIN SIZE
Particle Size or Sieve
Classification Particle Size No . (U.S. Standard)
Clay < 0 .002 mm < 0.002 mm
Si lt 0 .002 -0.075 mm 0.002 mm -#200 sieve
Sand 0 .075 -4.75 mm #200 sieve -#4 sieve
Gravel 4.75 -75 mm #4 sieve -3 in .
Cobble 75 -200 mm 3 in . -8 in.
Boulder > 200 mm > 8 in.
DENSITY OF COHESIONLESS SOILS CONSISTENCY OF COHESIVE SOILS
3/6
50/4"
0/18"
Descriptive
Term
Very Loose
Loose
Medium Dense
Dense
Very Dense
Penetration
Resistance "N" *
Blows/Foot
0-4
4 -10
10 -30
30 -50
> 50
Consistency
Very Soft
Soft
Firm
Stiff
Very Stiff
Hard
PENETRATION RESISTANCE
Blows required to penetrate each of three consecutive 6-inch i ncrements per ASTM D-1586 *
If more than 50 blows are required, driving is discontinued and penetration at 50 blows is noted
Sampler penetrated full depth under weight of drill rods and hammer
Undrained Shear
Strength (ts[)
0 -0 .125
0 .1 25 -0 .2 5
0 .25 -0 .5
0.5 -1.0
1.0 -2.0
> 2.0
* The N value is taken as the blows r equired to penetrate the final 12 inches
Slickensided
Fissured
Inclusion
Parting
Seam
Layer
Laminated
Stratified
TERMS DESCRIBING SOIL STRUCTURE
Fracture planes appear pol ished or
glossy, sometimes striated
Breaks along definite planes of fracture
with little resistance to fracturi ng
Small pockets of different soils, such
as small lenses of sand scattered
through a mass of clay
Inclusion less than 1/4 inch th ick
extending through the sample
Inclusion 1/4 in ch to 3 inches thick
extending through the sample
Inclusion greater than 3 inches thick
extending through the sample
So i l sample composed of alternating
partings of different soil type
Soil sample composed of alternating
seams or laye rs of different soil type
Intermixed
Calcareous
Ferrous
Nodule
Soil sample composed of pockets of
different soil type and laminated or
stratified structure is not evident
Having appreciable quantities of calcium
carbonate
Having appreciable quantities of iron
A small mass of irregular shape
9200 Kine Arthur Dr.
Dallas, TX 75247
214-67S..0227
214-678-0228 Fax
KEY TO TERMS AND SYMBOLS
USED ON BORING LOGS
PROJECT NO.:
I
DRAWING NO .:
DG0818620 PLATE 8A
ROCK TYPES
ii Limestone m Shale CIJ
Ii Weathered m Weathered ~ Limestone Shale
II Highly • Dolomite ~ Weathered
Limestone
SOLUTION AND VOID CONDITIONS
Void
Cavities
Interstice; a general term for pore space
or other openings in rock.
Small solutional concavities .
I
Sandstone
Weathered
Sandstone
Granite
Friable
Low Hardness
Moderately Hard
Very Hard
SAMPLER TYPES
I Thin-Walled [[J Rock Core
Tube
~ Standard B Auger Sample
Penetration
Test
§ THO Cone I] Bag Sample
Penetration
Test
HARDNESS
Crumbles under hand pressure
Can be carved with a knife
Can be scratched easily with a knife
Cannot be scratched with a kn ife
Vuggy Containing small cavities, usually lined
with a mineral of different composition
from that of the surrounding rock.
WEATHERING GRADES OF ROCKMASS {l)
Vesicular Containing numerous small, unlined
cavities, formed by expansion of gas
bubbles or steam during solidification of
the rock.
Porous Containing pores, interstices, or other
openings which may or may not
interconnect.
Cavernous Containing cavities or caverns, sometimes
quite large. Most frequent in li mestones
and dolomites.
Slightly
Moderately
Highly
Completely
Residual Soil
JOINT DESCRIPTION
SPACING
Very Close
Close
Medium Close
Wide
REFERENCES:
<2"
2"-12"
12"-3'
>3'
INCLINATION
Horizontal
Shallow
Moderate
Steep
Vertical
(1) British Standard (1981) Code of Practice for Site Investigation,
BS 5930.
(2) The Bridge Div ., Tx . Highway Dept. Foundation Exploration &
Design Manual, 2nd Division, revised June, 1974.
0-5
5-35
35-65
65-85
85-90
Discoloration indicates weathering of rock material
and discontinuity surfaces.
Less than half of the rock material is decomposed
or disintegrated to a soil.
More than half of the rock material is decomposed
or disintegrated to a soil.
All rock material is decomposed and/or
disintegrated into soil. The original mass structure
is still largely intact.
All rock material is converted to soil. The mass
structure and material fabric are destroyed.
SURFACES
Slickensided
Smooth
Irregular
Rough
Polished, grooved
Planar
Undulating or granular
Jagged or pitted
BEDDING THICKNESS <2)
Very Thick
Thick
Thin
Very Thin
Laminated
Thinly Laminated
9200 Kine: Arthur Dr.
Dallas, TX 75 247
214-678-0227
214-678-0228 Fa,:
>4'
2'-4'
2"-2'
1/2"-2"
0 .08"-1/2"
<0.08"
KEY TO TERMS AND SYMBOLS
USED ON BORING LOGS
Information on each boring log is a compilation of subsurface
conditions and soil and rock classifications obtained from the
field as well as from laboratory testing of samples . Strata have
been interpreted by commonly accepted procedures. The
stratum lines on the logs may be transitional and approximate in
nature. Water level measurements refer only to those observed
at the times and places indicated, and may vary with time,
geologic condition or construction activity . PROJECT NO.:
I
DRAWING NO.:
DG0818620 PLATE 8 B
Uniform Surcharge
_y_ J_
~ \_ Piezometric
Groundwater
Le vel
Existing
Ground
Surface
Excavation Side Wall
Excavation
Bottom
H, (ft) = Depth to Excavation Bottom
S, (psf) = Surcharge loading adjacent
to Excavation wall
Dw, (ft) = Depth to groundwater below
Existing grade
= Zero for temporary excavation
Hs, (ft) = Equivalent Depth of surcharge
loading
Hs s = 120
Nole: Th e pressure diagram shown is not appropriate
for design of cantileve r walls.
_L
Hs
0 .25 (H+Hs)
---t 0 .50 (H+Hs)
----+
0 .25 (H+Hs)
Lateral Earth
Pressure, P
P= Kl( (H+Hs)
K = Lateral Earth Pressure coefficient
Dw
Hydrostatic
Water Pressure, Pw
Pw= l( w (H-Dw)
(Clay -0.5 for short term (Ka), 1.0 for long term condition (Ko))
(Sand -0.3 for short term (Ka), 0.5 for long term condition (Ko))
Ii (pcf) = Total unit weight above water table
(i W, (pcf)
or submerged unit weight below groundwater level
= Unit weight of water = 62.4 pcf
9200 King Arthur Dr.
Dallas, Texas 75247
214 .678.0227 Ph
214 .678 .0228 Fax
DATE: l 0/25/2009 APPROVED BY: PREPARED BY:
ZA DB
BRACED EXCAVATION
LATERAL EARTH PRESSURE DIAGRAM
PROJECT NO.: DRAWING NO.:
DG0818620 PLATE 9
APPENDIX A
SULFATE TEST RESULTS
Analytical Report 347308
for
HVJ Associates-Dallas
Project Manager: Ziad Al Aawar
DG-08-18620
DG-08-18620
14-0CT-09
XENCO
Laboratories
9701 Harry Hines Blvd, Dallas, TX 75220
Ph:(214) 902-0300 Fax:(214) 351-9139
Xenco-Houston (EPA Lab code: TX00122):
Texas (Tl04704215-08-TX), Arizona (AZ0738), Arkansas (08-039-0), Connecticut (PH-0102), Florida (E871002)
Illinois (002082), Indiana (C-TX-02), Iowa (392), Kansas (E-10380), Kentucky (45), Louisiana (03054)
New Hampshire (297408), New Jersey (TX007), New York (11763), Oklahoma (9218), Pennsylvania (68-03610)
Rhode Island (LA000308), USDA (S-44102)
Xenco-Atlanta (EPA Lab Code: GA00046):
Florida (E87428), North Carolina (483), South Carolina (98015), Utah (AALil), West Virginia (362), Kentucky (85)
Louisiana (04176), USDA (P330-07-00105)
Xenco-Miami (EPA Lab code : FLOl 152): Florida (E86678), Maryland (330)
Xenco-Tampa Mobile (EPA Lab code: FL01212): Florida (E84900)
Xenco-Odessa (EPA Lab code: TX00158): Texas (Tl04704400-08-TX)
Xenco-Dallas (EPA Lab code: TX01468): Texas (Tl04704295-08-TX)
Xenco-Corpus Christi (EPA Lab code : TX02613): Texas (Tl04704370-08-TX)
Xenco-Boca Raton (EPA Lab Code: FL00449): Florida(E86240),
South Carolina(9603l001 ), Louisiana(04 l 54), Georgia(9 l 7)
hiii~
14-0CT-09
Project Manager: Ziad Al Aawar
HVJ Associates-Dallas
9200 King Arthur Dr.
Dallas, TX 75247
Reference : XENCO Report No: 347308
DG-08-18620
Project Address: ---
Ziad Al Aawar :
We are reporting to you the results of the analyses performed on the samples received under the project name
referenced above and identified with the XENCO Report Number 347308 . All results being reported under
this Report Number apply to the samples analyzed and properly identified with a Laboratory ID number.
Subcontracted analyses are identified in this report with either the NELAC certification number of the
subcontract lab in the analyst ID field, or the complete subcontracted report attached to this report.
Unless otherwise noted in a Case Narrative, all data reported in this Analytical Report are in compliance with
NELAC standards. Estimation of data uncertainty for this report is found in the quality control section of this
report unless otherwise noted. Should insufficient sample be provided to the laboratory to meet the method
and NELAC Matrix Duplicate and Matrix Spike requirements, then the data will be analyzed, evaluated and
reported using all other available quality control measures.
The validity and integrity of this report will remain intact as long as it is accompanied by this letter and
reproduced in full , unless written approval is granted by XENCO Laboratories. This report will be filed for at
least 5 years in our archives after which time it will be destroyed without further notice , unless otherwise
arranged with you. The samples received, and described as recorded in Report No. 347308 will be filed for
60 days, and after that time they will be properly disposed without further notice, unless otherwise arranged
with you. We reserve the right to return to you any unused samples, extracts or solutions related to them ifwe
consider so necessary ( e.g., samples identified as hazardous waste, sample sizes exceeding analytical standard
practices, controlled substances under regulated protocols, etc).
We thank you for selecting XENCO Laboratories to serve your analytical needs. If you have any questions
concerning this report, please feel free to contact us at any time.
Respectfully,
-
Carlos Castro
Managing Director, Texas
Recipient of the Prestigious Small Business Administration Award of Excellence in 1994.
Certified and approved by numerous States and Agencies.
A Small Business and Minority Status Company that delivers SERVICE and QUALITY
Houston -Dallas -San Antonio -Austin -Tamp a -Miami -Atlanta -Corpus Christi -Latin America
CASE NARRATIVE
Client Name: HVJ Associates-Dallas
Project Name: DG-08-18620
Project ID : DG-08-1 8 62 0
Work Order N umber: 34 7308
Sample receipt non conformances and Comments:
None
R ep ort Date: l 4-0CT-09
D ate R eceive d : 10/06/2009
Sample receipt Non Conformances and Comments per Sample :
None
Analytical Non Conformances and Comments :
Batch : LBA-776479 Sulfate by SW-846 9038
None
Certificate of Analysis Summary 347308
HVJ Associates-Dallas , Dallas, TX
Project Id : DG-08-18620
Contact : Ziad A l Aawar
P ro j ect Lo cation :
A nalysis R equested
Sulfate by SW-846 9038
Su lfate
Lab I d:
Field I d:
D epth:
Matrix:
Sampled:
Extra cted:
A nalyzed:
Units/RL:
Project Name : DG-08-18620
347308-001
B-3 (4-6)
4 -6 ft
SOLID
Oct-06 -09 00:00
Oct-1 0-091 1:45
mg/kg RL
188 10.0
This analytical report, and the entire data package it represents, has been made for your excl usive and confi dential use.
The interpretations and results expressed throughout this analytical report represent the best judgment ofXENCO Laboratories.
XENCO Laboratories assumes no responsibility and makes no warranty to the end use of the data hereby presented.
Our liability is limited to the amount invoiced for this work order unless otherwise agreed to in writing.
Si n ce 1990 Ho uston • Dal las · San Anton io • A ust in • Tampa · M iami • Latin America · Atlan ta· Corp us Chr isti
Date Receive d in L ab:
Repor t Date:
P tM r o1ec a n ager:
Tue Oct-06-09 04 : 11 pm
14 -0CT-09
omca o ar M Tb
Carlo s c ~
Managin g D irecto r, Texas
( ___ F_l_a_gg_i n_g_C_ri_te_r_ia _____ )
X In our quality control review of the data a QC deficiency was observed and flagged as noted. MS/MSD
recoveries were found to be outside of the laboratory control limits due to possible matrix /chemical
interference, or a concentration of target analyte high enough to effect the recovery of the spike
concentration. This condition could also effect the relative percent difference in the MS/MSD.
B A target analyte or common laboratory contaminant was identified in the method blank. Its presence
indicates possible field or laboratory contamination.
D The sample(s) were diluted due to targets detected over the highest point of the calibration curve, or due to
matrix interference. Dilution factors are included in the final results. The result is from a diluted sample.
E The data exceeds the upper calibration limit; therefore, the concentration is reported as estimated.
F RPD exceeded lab control limits.
J The target analyte was positively identified below the MQL and above the SQL.
U Analyte was not detected.
L The LCS data for this analytical batch was reported below the laboratory control limits for this analyte.
The department supervisor and QA Director reviewed data. The samples were either reanalyzed or flagged
as estimated concentrations.
H The LCS data for this analytical batch was reported above the laboratory control limits. Supporting QC
Data were reviewed by the Department Supervisor and QA Director. Data were determined to be valid
for reporting.
K Sample analyzed outside of recommended hold time.
JN A combination of the "N" and the "J" qualifier. The analysis indicates that the analyte is "tentatively
identified" and the associated numerical value may not be consistent with the amount actually present
in the environmental sample.
BRL Below Reporting Limit.
RL Reporting Limit
* Outside XENCO's scope of NELAC Accreditation.
Recipient of the Prestigious Small Business Administration Award of Excellence in 1994.
Certified and approved by numerous States and Agencies.
A Small Business and Minority Status Company that delivers SERVICE and QUALITY
Houston -Dallas -San Antonio -Corpus Christi -Midland/Odessa -Tampa -Miami -Latin America
4143 Greenbriar Dr , Stafford, Tx 77477
9701 Harry Hines Blvd , Dallas , TX 75220
5332 Blackberry Drive, San Antonio TX 78238
2505 North Falkenburg Rd, Tampa, FL 33619
5757 NW 158th St, Miami Lakes, FL 33014
12600 West I-20 East, Odessa, TX 79765
842 Cantwell Lane , Corpus Chri sti, TX 78408
Phone Fax
(281) 240-4200 (281) 240-4280
(214) 902 0300 (214) 351-9139
(210) 509-3334 (210) 509-3335
(813) 620-2000 (813) 620-2033
(305) 823-8500 (305) 823-8555
(432) 563-1800 (432) 563-1713
(361) 884-0371 (361) 884-9116
Work Order#: 347308
Analyst: JOR
( BS / BSD Recoveries J
~--------------------------
Project Name: DG-08-18620
Project ID: DG-08-18620
Date Analyzed: I 0/10/2009
Lab Batch ID: 776479 Sample: 776479-1-BKS
Date Prepared: 10/10/2009
Batch#: I Matrix: Solid
Units: mg/kg
Sulfate by SW-846 9038
Analytes
Sulfate
Relative Percent Difference RPD = 200*1(C -F)/(C+F)I
Blank Spike Recovery [DJ = 1 OO*(C)/[B)
Blank Sp ike Duplicate Recovery [G) = lOO*(F)/[E)
All results are based on MDL and Validated for QC Purposes
Blank
Sample Result
[A]
<1.00
BLANK /BLANK SPIKE/ BLANK SPIKE DUPLICATE RECOVERY STUDY
Spike Blank Blank Spike Blank Blk. Spk Contro l Control
Added Spike Spike Added Spike Dup. RPD Limits Limits
Result %R Duplicate %R •;. %R %RPD
[BJ [CJ [DJ [EJ Resu lt [FJ [GJ
20.0 19.9 100 20 19 .4 97 3 80-120 20
Flag
f , =I ~..-rj -
W ork Order#: 34 7308
Lab Batch ID : 77 64 79
Date A nalyzed: 10/10/2009
Project Name : DG-08-18620
Project ID: DG-08 -1 8620
QC-Sample ID: 347 306 -001 S
Date Prepared: 10/10/2 00 9
Batch #: Matrix : Solid
A nalyst: JOR
Reporting Units : mg/kg MA TRIX SPIKE/ MA TRIX SPIKE DUPLICATE RECOVE R Y STUDY
Sulfate by SW-846 9038 Parent S piked Sa mpl e S piked Dup licat e
Sample Spike Res ult Sa mple S pike S piked Sampl e
Re sult Add ed [CJ %R Adde d Res ult [F]
An aly tes (A] [BJ [DJ [E]
Sul fa te 37.4 200 23 7 100 200 244
Matrix Spike Percent Recovery [D J = IOO*(C -A)/B
Relative Percent Difference RPO = 200*1(C-FY(C+F)I
Matrix Spike Dup licate Percent Recovery [G] = IOO*(F-A)/E
ND = Not Detec ted, J = Present Below Reporting Limit, B = Present in B lank, NR = Not Requested, I = In terference, NA= Not
ApplicableN = See Narrative, EQL = Estim ated Quantitation Limit
S pik ed Co ntrol
Dup. RPD Limits
%R % %R
[G]
103 3 80-120
Control
L imit s Flag
%RPO
20
Company-City
0 4143 Greenbriar Drive , Stafford , Tx 77477 281 -240-4200
0 5332 Blackberry Drive , San Antonio, Tx 78238 210-509-3334
0 970 1 Hanry Hines Blvd., Dallas, Tx 75220 214-902-0300
Phone
ANALYSIS REQUEST & CHAIN OF CUSTODY RECORD
D 12600 West 1-20 East, Odessa , Tx 79765 432-569-1800
0 842 Cantwell . Corpus Christi, Tx 78408 36 1-884-0371 Serial#:
Proj Name-ation D Previously done at XE NCO Project ID TAT: ASAP Sh 12h 24h 48h 3d 5d 7d 10d 21d Standard TAT is proje ct specifi c .
of
_ D~ __ Q "J> __ {_f 6 2..D ______
1
_____________ D G _ -ot -J _ % 6 ~ () --------It is typically 5 -7 Working Days for level II and 1 O+ Working d ays for level Ill a nd IV data .
~~~i :!~t~c.T~:.Lu:~~~:·_ LA . MS, Ne._ ProJ;;;;::; (P~L, ___ 4_At.V ~--------1,1
1
I
11
. I i B i I .· 0 a u =~m.:_ ar~• sli j
e -Mail Resu lts to D PM and Fax No: ,q; ..: · -' .:t I a. I N ]l ., -
_2AL_AA Wl'fl<._J) _{{VJ>-~--_.l_ _________________________ ~ i ~ ' I 15: i ~ I ~ I I I ;g ~ l Q) :I i k
Invoice to D Accounting D Inc. Invoice wi\QJ'inal-R~~;rt·---~oice must have a P .O ~ -1 N ·1 en ·1 ~ I I · I % al I ! &
~;;;~;,;;;;;------------------------~:~-~~:--------------0-~~;;;~:;;:-------------! ': I i ! I !,;oi ;I ; ii g>! I: i. I . ' : n j ! I
Reg Program : UST DRY-CLEAN Land-Fill Waste-Disp NPDES OW TRRP Q ~ ""' . U a. . C/J l ~ i l
QAPP _Per-Contract_CLP AFCEE _NAVY_DOE_DOO USACE_OTHER: _____________________ ~ "; ~ i:. ~ 1 ~; "'! I ~ ~: ! f} ~
Special OLs ( GW OW QAPP MDLs RLs See Lab PM Included Call PM ) ~ '8. w ~ . ·2 . ~ g st" ch i 1 ~ i a
:::::.-::::----------------------------:::~=:----------------------------------~ : ! ffi I 1 ~ ; ' I : E t I i I
: ! ~ ~ I I
I
~J _g :~ ~,,
! ! ~ ~ & "o ,~ 0 ... I ! ~; i~ . Sample ID Sampling
Date Time j ~ I i I ! i ! ~ i ~ I i I ~ i Ii\ i I I ; :i .r ! i I
: __ 8 -3 ( tf-6 ') ! -_9 + I I I --· 1-f · ·±± I -. --1-i_JJ l -. ,. +-r 1 -"-+----+--+, . ; ----·-·--+ 2
:>---~-·--~--~J ---t--i1~-~f .. qf 1ttft±r1}fIB·-+----t----'-_ JI --·----,---i I : : ----=-~ I -=1-r-t--; i-t+ I l-+ _ J=J I j __ , _:~ ~ 1,:~11 I +r -1-~1 i } __ J :
8 .. _. __ ·---·r-·!---·-··,-+ i-r·+·i -~--L-! rr . +--+-++ ,-. 1 1 .. 1 l-··-·I 8 -·· ··--··· ...... __ ~--· ... ·--'" --t+L --t .. _i_ -·r' i--1-i ·tl t-+-1 1-1--. .. . --·-· -· i
1
: · I ·-·1-----I !---tt 1-. ---i--' __ . ----·-I ·-·:------· ~
& Time 1 Relinquished to ( Initials and S ign)
1 .1)_
2 3)
}·-·1,_0 __ 1' _,.. Upon sign ings th is CO C you accept XENCO terms and Cond itions un les s otherwise
agreed on wri ting. Report s are the Intell ectual Property of XE NC O until pai d. Sam ples
be I 30 days after fi nal report Is e-ma iled unless hereby requested . Ru sh
arg nd Col lect ion Fe es are pre-ap prov ed if needed.
Preservatives: Va rious {V), HCI pH <2 (H), H2S04 pH<2 (S), HN03 pH<2 (N), Asbc A &NaOH (A), ZnAc&NaOH (Z), (Cool,<4C) (C), None (NA), See Label (L), Other (O) __________ _
Cont. Size : 4oz (4), 8oz (8 ), 32oz (32), 40ml VOA (40), 1L (1), 500ml (5), Tedlar Bag (B), Various (V). Other ______ Cont. Type: Gla ss Amb (A), Glass Clea r (C), Plas tic (P), V a rious {V)
Matrix : Ai r (A), Product (P), Solid(S), Water (W), Liquid (L) Committed to Excellence in Service and Quality www.xenco .com
No t ice: Signature of th is document and relinquishment of the se sample s constitutes a valid purc hase order from client company to Xenco L aboratories and its affil iates ,
SU :tors .:~inn ~ : ~nn ........ : ....
10
Prelogin / Nonconformance Report -Sample Log-In
Cl ient: 'tl V j ,
Datemme: \o(c.otCA
lab ID#: ~4~::()0 ·1)
Initials :O.rn
Sample Receipt Checklist
I .• . 1. Samples on ice? Bl u e Water
2 . Shi fng container in good condition? Y es No
3. Custod seals intact on shi cooler and bottl es ?
4. Chain of Custa resent?
5 . Sam le instructions com lete on chain of custod ?
6 . An miss in / extra sam les?
7 . -:.hain of custcd si ned when relin uished / received?
8. Chain of custod
9 . Container labels le ible and intact?
?
N/A
14. Sufficient sam le amount for indicated tests ?
15. All sam les received within suffi cient hold t i me?
, 16. Subcontract of sam le s ? Yes No
17. VOC sarn le have zero heads ace? Yes No
18 . Cooler 1 No . Cooler 2 No. Cooler 3 No. I cool er 4 No. \ Cooler 5 No .
lbs oc lbs oc lbs oc lbs oc lbs oc ;
Nonconformance Documentation
Contact: -----------Contacted by : __________ _ Date/Time : ________ _
Regarding:
Corrective Action Taken :
Check all that apply: D Client understands and would like to proceed with analysis
D Cooling prqcess had begun shortly aftec san:ipling event . . . . . : .. . , . . :·., . : . ; .. • •I...... . . . . : '._;. ·. . . .
. .--::1 ·t;
t•' I.·,·~;.; ....... :".,•'.,/:--:f~;•:. /=' . :~.:,:'.f?1\;:,'· •,
APPENDIXB
MOISTURE DENSITY RELATIONSHIP AND CBR TEST RESULTS
116 .,
• • • )K-• • 100°/o Saturation
' (S .G. 2.65)
114
' -v----~ ' '
' ' 112 / ~ ' _e, ~ b 110 V " 8 / '
~ 'It 8 108 4/ "' " 106 ~
r'9 104
102
9 10 11 12 13 14 15 16 17 18 19 20
Percent .l\b.sture
D A TE SAMPLE D : 10 /14/09
TYPE OF MATE RIAL: Brown Lean Clay.
MAXIMUM DRY DENSITY : 113.2 pcf
OPT. MOISTURE CONTE NT : 13 .2 % ~ 6 120 S. Dairy Ashford Road
Houston, Texas 770 72 -1010
281.933 .73 88 Ph
2 8 1.933 . 7293 Fax
APP ROVED BY: I PRE PA RE D BY: DATE : I 0/30/09 Z A DR
MCALISTER RD
PROJ ECT NO .: I DRAWI NG NO.:
DG-08 -1 8620 PLAT E B -1
CBR (CALif0Rr"'\1Li\ B EARING RATIO) OF
LABOR.\TORY COM PACT ED SOILS
ASTM D I883
P roject: McAl.fr.i-er Road
Uquid Limit:
30
Plastic Limit
14
Plas.ticity Index
16
1-Ietihod of Compcactiou: ~A.5TM D 698
0 ASThI Dl557
Sample Condition: D nnsoaked
No. Df :Blo'ws: ll.O 2S
Dry Dems:ity After Soaking (pcf): 94.2 105 . .8
l\,loisru1:e Content:
Before Compaction (1?,o ): 13 .8 B .2
Top 1-inch Layer
After Soaking C3,'b<): 24.3 21.0
Sw,f<Il(%): L09
Beating Ratio (%): .0 .6 1.42
(181 roaked D umoitfked)
So
1L.7
13.9
17.2
{l61
425
6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933. 7388 Ph
281.933 .7293 Fax
DATE: 09/23 /2009 I
APPROVED BY :
ZA I PREPARED BY :
Z A
MCALISTE R ROAD
CBR TEST RES UL TS
PROJECT NO .:
D G-08 -17000 I
DRAW I NG NO.:
PLATE B -2
CAIJFORNIA BEARING RATIO TEST RESULT
4.5
I I I I I ~
4
Gmp>site San-pie 56 blows/layer / -Maxitn.nnDry Density (MDD) = 113.2 V Lib 03R @ 95%1\IDD = ID7.54 V 3.5 -/
/
3 /
V
0' 2 .5 V
~ /
2
25 b lows/layer J(
/
V
1.5 10 blows/layer V -i--~ --I----i--
1 --
i----
i--I--
I--i--
i---..... -0.5
0
92 94 96 98 100 102 104 106 108 110 1 12 114
DRYLNTV\EIGHT, PCF
~ 6 120 S. Dairy Ashford Road
Houston, Texas 77072-10 10
28 1.933. 7388 Ph
28 1.933.7293 Fax
DATE: 10/30/2009 I APPROVED BY:
ZA
I PREPARED BY:
DB
MCALISTER RD
CBRRESULTS
PROJECT NO,: I DRAWING NO .:
DG-08-18620 PL ATE B-3
APPENDIXC
SUMMARY OF LABORATORY TESTING RESULTS
Project: McAllister Rd
Location: City of Fort Worth
Number: DG-08-18620
Shear Water Wet
Borehole Liquid Plastic %.Pass Strength Content Dens ity Pocket
No. Depth (ft) L imit Limit Pl #200 Sieve (tsf) (%) (pct) Pen. (tsf}
B-'I 0.6 0.92
B-·t 1 19.6
B-1 2 1
B-1 3 40 18 22 58 18 .6
B-1 4 1.33
B-1 5 ·t .39 16 133.7
B-1 6 1.17
B-'I 7 96 1.25 17 135.4
B-1 8 1.5
B-'I 9 44 16 28 14.8
B-2 0.5 0.92
B-2 1 22.7
B-2 2 0 .58
B-2 3 38 15 23 58 0.74 19.4 127.1
B-2 4 0.92
B-2 5 21
B-2 6 0.83
B-2 7 1.04 '18 .6 132.7
B-2 8 1.5
B-2 9 44 16 28 99 15.7
B-3 0.5 0.75
B-3 1 27
B-3 2 0.67
B-3 3 57 19 38 77 1.04 23.6 119.1
B-3 4 0.75
B-3 5 0 .82 22.2 117 .1
B-3 6 0.58
B-3 7 54 18 36 8 '1 22 .6
B-3 8 0.83
B-3 9 0 .92 19 .8 125:1
B-3 14 1.5
B-3 14 .5 44 16 28 98 18 .6
B-4 0.7 0.92
B-4 ·1 46 14 32 69 20.8
B-4 2 0.83
B-4 3 0 .53 21.7 130.5
B-4 4 0 .33
B-4 5 34 16 18 26 13 .8
B-4 6 0 .83
B-4 7 21.5
B-4 8 LS
B-4 9 53 19 34 86 1.02 22.5 130.'1
~ 6120 S. Dairy Ashford Road
Houston, Texas 77072-1010
281.933 .7388 Ph
281.933 .7293 Fax
DATE: 10/28 /2009 I APPROVED BY : PREPARED BY:
ZA ZA
MCALISTER ROAD
LABORATORY SUMMARY
PROJECT NO.: I DRAWING NO .:
DG-08 -18620 PLATE C-1
Utn!G.nve
(Hasticity Irrlex vs Percent o f Lime)
I Percent ofl.irre
I
0
I
2
I
4
I
6
I : Pla.stici!}'. Index 29 15 14 12
35
30 ~~
2 5 -~ .... u ·.i:1 20 ' Cl) ~ ~ -~
15 -----
10
5
0
0 1 2 3 4 5 6 7 8
Percentage o f Lime
~ 6 120 S. Dairy Ashford Roa d
Houston, T exas 77 072-1010
281.933 .7388 Ph
28 1.933 . 72 93 Fax
DATE : 10/30/09 I APPROVED BY :
ZA
I PRE PARED BY:
DR
MCALI STER RD
PROJECT NO .: I DRAWING NO .:
DG-08 -1 8620 PLATE D
APPENDIXE
SWELL TEST RESULTS
Project Name:
Project No.
Date Tested:
Technician:
Swell Sample Data
Sample Height (in)
Diameter (in)
Volume (cc)
Height of Solids (in)
Specific Gravity
Moisture Content (%)
Wet Density (pcf)
Dry Density (pd)
Sample Description
Date Time
10 /6/2009 10:25
10 /6/2009 10:30
10 /7/2009 7:00
10/7/2009 14:00
10/8/2009 7:00
10/8/2009 16:30
Calculated by: DK
Computed by: JP
Checked b y:
McAllister Rd.
DG-08-18620
10/6/09
KM
.
HVJ ASSOCIATES, INC.
SWELL TEST ASTM D-4546
METHODB
Initial Final
0.750 0.749
2.100 2.100
42.569 42.489
Boring No.
Sample Depth.
Ring No.
Date Calculated:
Test Data
Wet+ Ring (g)
Dry + Ring (g)
Ring Wt. (g)
'
0.533 0.431 Moisture-Data (frimmin2:s)
2.650 2.650 Wet+ Tare (g)
13.5 28.5 Dry+ Tare (g)
120.9 122.3 Tare (g)
106.5 95 .2 Moisture Content (%)
B-2
2-4
10/27/09
Initial
202.25
199.97
119.77
144.61
131.10
31.33
13.5
,,Hard, b rown and tan clay
Han d Penetrometer (tsf) 4.50
Elapsed
Time Load
(min) (psf)
0 .0 500
5.0 500
1235 .0 500
1655 .0 500
2675.0 500
3245 .0 500
Swell
Rc;adings
' (in)
0.0232
0.0210
0 .0196
0.0196
0.0196
0.0196
Initial Consolidation
Height Pnor to Wetting
Swell Calculation
Initial Swell Readings (in)
Final Swell Readings (in)
Swell (%)
"' Comments . ,: ·,
Final
203.02
184.58
119.77
LL
PI
0.0103
0 .7397
0.0210
0 .0196
-0.2
Project Name:
Project No.
Date Tested:
T echnician :
Swell Sample Data
Samp le Height (in)
Diameter (in)
Volwne (cc)
Height of Solids (in)
Specific Gravity
Moisture Content(%)
Wet Density (pd)
Dry Density (pcf)
Sample Description.
Date Time
10/6/2009 12:10
10 /6/2009 12:15
10/7/2009 7:00
10/7/2009 14:00
10/8/2009 7:00
10 /8/2009 16 :30
10 /9/2009 8:00
Calculated by: DK
Comp uted b y: JP
Checked b y: FF
-·
·.
McAlister Rd.
DG-08-18620
10/6/09
KM
HVJ ASSOCIATES , INC.
SWE LL TEST AS T M D-4546
METHODB
Init ial Final
0.750 0.750
2.100 2.1 00
42.569 42.574
Boring No.
Sam ple Depth.
Ring No.
Date Calculated:
-
T est D ata
Wet + Ring (g)
Drv + Ring (g)
Ring Wt. (g)
,Co -
0.533 0.431 Moisture,D ata (frimmin2s)
2.650 2.650 Wet+ Tare (11")
13.5 28.5 Drv + Tare (g)
120 .9 122.0 Tare (g)
106.5 95 .0 Moisture Content (%)
B-3
2-4
10 /27 /09
Initial
202.25
199.97
119.77
144.6 1
131.1 0
31.33
13.5
!Hard, b rown and tan clay
Han d Penetrometer (tsf) 4 .50
Initial Conso lidation
Elapsed .. -
Swell ,. Height Prior to Wetting
Time Load Readings
(min) (ps f) (in)
.. , " ,-.
Swell Calculation ,, .•
0 .0 500 0.03 70 Initial Swell Readinl1"S (in)
5.0 500 0.0351 Final Swell Readin11"S /in)
1130.0 500 0.03 47 Swell (%)
1550 .0 500 0.0348
25 70.0 500 0.0350 Comments
3 140.0 500 0.0352
4 070.0 500 0.0352
Final
203.02
184.58
119.77
LL
PI
0.0112
0 .7388
. .... ..
0.0351
0.0352
0.0
Project Name:
Project No.
Date Tested:
Technician:
Swell Sample Data
Sample Heigh t (in)
Diameter (in)
Volume (cc)
Height of Solids (in)
Specific Gravity
Moisture Con tent (%)
Wet Density (pcf)
Dry Density (pd)
McAllister Rd .
DG-08-18620
10/6/09
KM
HVJ ASSOCIATES , INC.
SWELL TEST ASTM D-4546
METHODB
Initial . Final
0.750 0.751
2.100 2.100
42.569 42.603
Boring No.
Sample Depth.
Ring No.
Date Calculated:
T e st Data
Wet+ Rin2 (2)
Drv + Rin2 (I!)
Ring W t. (g)
'
0.530 0.44 1 Moisture Data IT rimmines)
2.650 2.650 Wet+ Tare (ii)
13.5 27 .7 Drv + Tare (2)
123.4 124.1 Tare (i)
108.8 97.2 Moisture Content (%)
B-4
2-4
10/27 /09
Initial
204.48
199.97
120.27
144.61
131.10
31.33
13.5
Sample Description
IHard, brown and tan cl ay
Hand Penetrometer (tsf) 4.50
Date ,; Time
•' ......
10/6/2009 14:45
10/6/2009 14:50
10/7/2009 7:00
10/7/2009 14:00
10 /8/2009 7:00
10/8/2009 16:30
Calculated b y: DK
Computed by: __ J~P __
Checked by:
Elapsed
Time
.(min)
0.0
5.0
975 .0
13 95.0
24 15.0
2985 .0
Initial Consolidation
Swell . Height Prior to Wetting
Load Readings
(psf) {in).,,. Swell Calculation '
500 0.0470 Initial Swe ll Readinl!S (in )
500 0.0352 Final Swell Readinl!S (in)
500 0.0358 Swell (%)
500 0.0358
500 0.0358 Comments •,
500 0.0358
Final
204.99
186.60
120.27
LL
PI '
0.0056
0.7444
-
0.0352
0.0358
0.1
APPENDIXF
PAVEMENT DESIGN OUTPUT
1993 AASHTO Pavement Design
DARWin Pavement Design and Analysis System
A Proprietary AASHTOWare
Computer Software Product
Rigid Structural Design Module
avement Type
~-kip ESALs Over Initial Performance Period
Initial Serviceability
erminal Serviceability
8-day Mean PCC Modulus of Rupture
28-day Mean Elastic Modulus of Slab
'1ean Effective k-value
.eliability Level
verall Standard Deviation
Load Transfer Coefficient, J
)verall Drainage Coefficient, Cd
Calculated Design Thickness
Clay Soils at top
Rigid Structural Design
JRCP
3,800 ,000
4 .5
2.5
600 psi
3,420,000 psi
77 psi/in
85 %
0.39
2 .7
0 .85
9 .02 in
Effective Modulus of Subgrade Reaction
£.erifil:l
1
Base Type
~ase Thickness
)epth to Bedrock
'"+rojected Slab Thickness
Loss of Support Category
Description
"ffective Modulus of Subgrade Reaction
Lime Treated Base
8 in
20 ft
9 in
1
77 psi/in
Roadbed Soil
Resilient
Modulus (psi)
3,150
Simple ESAL Calculation
Performance Period (years)
rwo-Way Traffic (ADT)
..Jumber of Lanes in Design Direction
Percent of All Trucks in Design Lane
'ercent Trucks in Design Direction
>ercent Heavy Trucks ( of ADT) FHW A Class 5 or Greater
Average Initial Truck Factor (ESALs/truck)
Annual Truck Factor Growth Rate
\nnual Truck Volume Growth Rate
"rowth
-%
-%
-%
-%
-%
Simple
Base Elastic
Modulus
(psi),
30,000
Total Calculated Cumulative ESALs *
*Note : This value is not represented by the inputs or an error occurred in calculation.
Performance Period (years)
Two-Way Traffic (ADT)
Number of Lanes in Design Direction
Percent of All Trucks in Design Lane
Percent Trucks in Design Direction
Vehicle
Class
Total
Growth
Percent
of
ADT
Total Calculated Cumulative ESALs
Annual
%
Growth
Rigorous ESAL Calculation
-%
-%
Average Initial
Truck Factor
(ESALs/
Truck)
Simple
*
Annual%
Growth in
Truck
Factor
*Note: This value is not represented by the inputs or an error occurred in calculation.
~
1
2
3
4
Total
Material Description
JRCP
Asphalt Bond Breaker
Cement Treated Base
Lime Stablilized Subbase
Layer Information
Thickness
(.in).
9.021203
1
6
8
25.49
*Note: These values are not represented by the inputs or an error occurred in calculation.
Accumulated
18-kip ESALs
over Performance
Period
One Dir
Width
(ft).
12
12
12
12