HomeMy WebLinkAboutContract 42077-0
CITY SECRETARY +::-->t> ,]__
CONTRACT NO.__:!,::::::.O'>_...!..---~·
SPECIFICATIONS AND CONTRACT DOCUMENTS
FOR
EASTERN HILLS
STORM SYSTEM IMPROVEMENTS
PHASE 1
MUL Tl-USE STORM WATER DETENTION BASIN
D.0.E. No. 6628
CITY PROJECT No. 01363
FILE No. SD-0258, X-21491
APRIL 2011
Mike Moncrief
Mayor
Thomas M . Higgins
Acting City Manager
Gregory A. Simmons, P.E.
Acting Director, Transportation and Public Works Department
S. Frank Crumb, P.E.
Director, Water Department
Richard Zavala
Director, Parks and Community Services Department A ;.l,l/'U'"?--1.v flTfl';~
C?5()UI ~ ,,, _ .. OFT
PREPARED FOR: f~!:-······""···(.':f \
The City of Fort Worth #. ,.. ~ ··(. ',i '-*i. N ~ •. 1!... • ••••••••••••••••••••• : .... 1
l TIMOTHY WHITEFIELD 1 f:·······························il
JACOBS ENGINEERING GROUP INC. ,,~ •. 103829 / J
It '.!lii"•.1ICEN'1.~ ••• -if ~ ,,r.a;;;;,,,.ci.~~ TBPE REG #2966
..-O-F_F_IC-IA_L_R_E_CO_R_D~-,·,,47ti7,,
CITY SECRETARY
os -02 -11 P02 :40 I N FT. WORTH, TX
M&C Review Page 1 of 2
Official site of the City of Fort Worth, Texas ... FORT WORTH
·~ CITY COUNCIL AGENDA
COUNCIL ACTION: Approved on 7/26/2011
DATE: 7/26/2011 REFERENCE C-25075 LOG 20CONSTRUCTION_EASTERN_HILLS NO.: NAME:
CODE: NON-PUBLIC
C TYPE: CONSENT HEARING: NO
SUBJECT: Authorize Execution of a Contract with Conatser Construction TX, LP, in the Amount of
$1 ,674,006 .00 for the Eastern Hills Storm System Improvements -Phase 1 Multi-Use
Storm Water Detention Basin (COUNCIL DISTRICT 4)
RECOMMENDATION:
It is recommended that the City Council authorize the City Manager to execute a contract with
Conatser Construction TX, LP, in the amount of $1,674,006 .00 for construction of the Eastern Hills
Storm System Improvements -Phase 1 Multi-Use Storm Water Detention Basin.
DISCUSSION:
The construction project recommended by this M&C is needed to reduce the risk of residential
flooding and roadway overtopping in the area. This project is the first of three phases of planned
drainage improvements and will provide a multi-use detention basin/soccer field on Fort Worth
Independent School District property adjacent to the Eastern Hills Elementary School. Later phases
include trunk line improvements and extensions and modifications to local drainage lines throughout
the Eastern Hills neighborhood.
The project was advertised for bid on April 21 , 2011 and April 28 , 2011 in the Fort Worth Star-
Telegram. On May 12 , 2011 , the following bids were received :
Conatser Construction TX , LP $1 ,674 ,006 .00 150 Calendar
Days
The Fain Group, Inc .
RPM Construction , LLC
C. Green Scaping, LP
North Texas Contracting , Inc.
$1,839 ,946 .00
$1 ,984,699 .39
$1 ,991 ,732 .27
$2,113 ,199.50
The low bid for this project is from Conatser Construction TX , LP , in the amount of $1,674,006 .00.
Costs for the implementation of this project will be funded by the Storm Water Capital Project Bond
2009 Fund.
Funding in the amount of $150,660 .00 is included for associated construction survey, materials
testing, and inspection costs . The contingency fund for possible change orders is $50 ,220 .00 .
The low bidder, Conatser Construction TX , LP, is in compliance with the City's M/WBE Ordinance by
committing to 25 percent M/WBE participation . The City's goal on this project is 24 percent.
Th is project is located in COUNCIL DISTRICT 4, Mapsco 79C.
FISCAL INFORMATION/CERTIFICATION:
The Financial Management Services Director certifies that funds are available in the current capital
budget, as appropriated, of the Storm Water Capital Project Bond 2009 Fund.
http://apps.cfwnet.org/council__packet/mc _review .asp ?ID= l 55 l 9&councildate=7/26/2011 7/29/2011
,,.-. ~ M&C Review
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
Eastern Hills Detention Pond.pdf
Page 2 of2
FROM Fund/Account/Centers
P227 541200 204280136383 $1,674,006.00
Fernando Costa (6122)
Doug Wiersig (7801)
Chad Simmon (8179008346)
http://apps .cfwnet.org/council _packet/mc _review.asp?ID= 15519&councildate=7/26/2011 7/29/2011
08 -APPENDICES
Easements
1. Sanitary Sewer Easement
2. Drainage Easement
Permits
1. Nationwide Permit
Reports
1. Geotechnical Report
March 7, 2011
Mr. Tim Whitefield
Project Engineer
J acobs Engineering
777 Main Street
Fort Worth , Texas 76102-5304
Re : Geotechnical Investigation
Eastern Hills Storm Basins
Fort Worth , Texas
Mas-Tek Project No.: E10-1103
Dear Mr. Whitefield :
MAS-TEK Engineering
& Associates, Inc.
Phn : 817-735-6286
Fax : 817-735-6148
E-Mail: Tim .Whitefield@jacobs .com
Please find enclosed our report summarizing the results of the geotechnical investigation
performed at the above referenced project site. We trust the recommendations derived from
this investigation will provide you with the information necessary to complete your proposed
project successfully.
For your construction materials testing and related quality control requirements, it is
recommended that the work be performed by a qualified firm in order to maintain continuity of
inspection and testing services for the project under the direction of the geotechn ical project
engineer.
We thank you for the opportunity to provide you with our geotechnical services . If we can be of
further assistance, please do not hesitate to contact the undersigned at (214) 500-3103 .
Sincerely,
MAS-TEK ENGINEERING & ASSOCIATES, INC.
~,'/4' /1-ol~
Michael D. Roland, P.E.
Project Manager
MAS.. TEK ENGINEERING & Assocooes
TEXAS REGISTERED
ENGINEERING FIRM
F·1418
I'
i;
TABLE OF CONTENTS
EASTERN HILLS STORM BASINS
FORT WORTH, TEXAS
PAGE
1.0 PROJECT REQUIREMENTS ,~1c2.~.-,.:·:·:'.:··.-,._. __ :.~.,..'.'."i<:~--.,.,'.'-:--.,.,'.'°'r"'.,.t,,~~:t l":'--.-"".'."-'""-·= , .. , ...... 1
2 .0 SCOPE OF INVESTIGATION =~.:.-.. .:L.=.:.:;...,.~;,.~:.".,.-::. :*-~--------------------------------1
3. 0 FIE LO OPERATIONS ---------------------------------------------=-.. -.:;....::::..:;a:.-__ ;.:.:_.::.:_,.;.;,.:,..::.:~:c..,.:.;~~"'t
4. 0 LABO RA TORY TESTING -------------------.:.-'-" ... --~-....,,.-· -~"'-~-----',-'."--;..:._.: .. .:-----------------2
5 .0 SURFACE CONDITIONS.-.-=.;,.,,.., __ ,..., __ ,,,,.... ___ "'_.,,,....,... ....... -: . __ __.,..~,.----------.--,;,--,..,-_,._........_ ____ ,., .. ,._ ..... ,."·4
5.1
5.2
5.3
SITE GEOLOGY ----------------------------------------~,-----,,..--.-,,--.,,-,,-:..,.-_---.,.;,.+,-,,.~"=-.--2
Su Bsu RFAC E CON D ITI O'K'i's:·.:.,. ___ ~-""--·,...,.._,,,...,. __ ..,,,..,, __ .,---..,.,,,.....,,---------------------3
·~•-.·.,.,~',,-·•· e,.,.;>, -'••· ,.,;-~ r • •.. L ,. •·•, ,..._ ,.,,._ OY•.
6 . 0 RECOMMENDATIONS ---=-.::a-·,«f,• .• .,;.: .. ..= -..'...;-.;;r;.-.;,;;;;;.;:=~1'.·.:;.::.,.::~-:~·~c-;),,2*---------------------4
7 .0 EMBANKMENT SLOPES ·.,., .. =;;:.;-=-'"="'="'='='··0
·,··-·"···-"· ··--.:=;..:;;;.:_..:::-.:.-:c::."' ... =:...:.".~-f'-::::.:~$:
8. 0 UTILITY EX CAVA Tl O NS ______________ ... ..,.., .... .,...,.,.-......... ~-~=...=--""'"'""""------------------------5
8 .1 TRENCH EXCAVATIONS -----------------------------------------------------------------5
8.3 TRENCH BRACING/ BORE PIT SHORING------------------------------------------6
8.4 DEWATERING ':'.~~~.:.:~~.:."E'<;··c)};•,~'-.<4¥"'2?-~'-'··8+ ... s"'.;-'"Z"°""" .......... ;-..... -~
8 .5 CONSTRUCTION CONSIDERATIONS: .. u::..:..:..:._""'"~ ... _ .. .:~::.. .. ~~6:~;.::.i:..:f#:,.:,~::_;_:;;~:.:,:::)''iv'Ut;;;:~;~1 7
8.6 TRENCH BACKFILL ;.;.;: .......... _ .... ..,. .. ~ .. ,.;;s-.:!"==--------------------------------------------,7
i: I 8.7 CORROSION CONSIDERATIONS-"~·-,;,;"".._,._~=--= ............ -...... ,. ..... ___________________ 8
, I,
t
9.0 INSPECTION AND TESTING ._,,~.,,.,.,;-.,,,,,,-..,,~,.~--...,,, ... -.,,_.... __ .__...,,...._,_.,_,;.:..,.""""'---"':;r.--.-..--...-..., .. ,,._9
1 0 . 0 LIM IT AT IONS -------------------------------------------.,., ... -..,_,,..,...,,.,;_.,.,.,.,.,,,_,._;,.;;,:.,..-------------------~
FIGURES
FIGURE
BORING LOCATION DIAGRAM -------------------.... ,,.=,···" .,, .. ,. ,..,,._ .. ,.,.,~..._,;-, .. ,.,.,,._.,.,._,.._-.,..,.__..,.,,;._..-,. .... ,.,,;-..:1
LOGS OF BORINGS BY MASTEK ----------------------------------------~+,'.'~,f.:f~~_.;, ... ::, .. ~:,,,;,,,.,,-,1<,...:.,.,)o/~,,.~2 -6
D .. I-RE. c· T SHEAR/TRIAXIAL TESTS------------------------.. ~-..... --·--·-~ ... · ··· · -· · ...... ----------,,,., 9 -12 -., ......... ·,·f'":,~-.... --;,. __ ..,~:"', .. ~ ... ,-,!./-,k ... -.~~--•c.,--
MAS-TEK ENGINEERING & ASSOCIATES E10-1103
I'
l·: .I: ,i: Ii t
I' !l r
,·,
J :~
I,;
I I
i'
OPEN TRENCH CUTS--------------.-~··'·"''~""'··""'""·""""·····"' ,.c . ::1 ,. "',, ,":.,.: .. :.:u ,._,._.,.,.,.,.,,.,,.,..;-,.~~.,-,.-.... -----------13
TRENCH BRACING ~~~-... ~~:,;;.::..o\i::;,_c;_'~:~;:c,:,,:(lCi:::Utx:·;··::~:~:="cS/?.J.::'~:,{::·;-:::i.~:: .. ~..; :·~:.,,.=:e:".".:'.""'."-'""'"""~~":1"~:'":,:,:---14-15
SULFA TES TESTI NG-------------------------------------------------=~...;.,_'l!.=.._"".:.:..:;;;;.;.·.:..:...:.._.:.?;;;;.;~::L:~~-Dt.:' 16
APPENDIX A-GLOBAL STABILITY STUDIES
MAs:tElfENGl~tEER1NG &Assdci ATES ..... ····----.,--~-·-···----.... ---.. E10-11Q3
-·----~---·.
;.,
GEOTECHNICAL INVESTIGATION
EASTERN HILLS STORM BASINS
FORT WORTH, TEXAS
1.0 PROJECT REQUIREMENTS
i; Grading plan sheets were provided for the entire project. The project includes a shallow
'
1
' sedimentation basin (shown on sheet 101 ). The sedimentation basin will hold water for up
to 48 hours and is separate from the main basin where the berm is to be built. The main
basin will hold water for a few hours at a time during large infrequent storms (such as the
10 year or greater storm). It is understood that the smaller basin will not be full for longer
. ' . '
'i
, .. .
t , I
.· t
1 , •
• !;
..
i 1
' } ~
!
I I
. I.
'· ·I
i
than 2 to 3 hours and certainly not more than six hours during normal storms . The basin will
be full for longer periods during exceptionally large storms of extended duration (longer
than 24 hours).
Excavation for the shallow sedimentation basin will require excavation depths of about 5
feet. Excavation for the main basin will require excavation depths up to 20 feet and fill
depths up to 10 feet. The sides of the basins will be sloped along proposed side slopes
ranging from 3: 1 to 4: 1.
2.0 SCOPE OF INVESTIGATION
This report was prepared in accordance with our Proposal No . P09-0801 E-R1, dated August
20, 2009. The purposes of the study were to: 1) explore the subsurface conditions at the
sites , 2) characterize the subsurface conditions by testing the physical and engineering
properties of the underlying soil and rock strata and by observing groundwater conditions, 3)
provide recommendations for the proposed improvements, and 4) provide comments related
to temporary open cut trench excavations at the site .
3.0 FIELD OPERATIONS
Four (4) deep geotechnical borings were drilled at approximate locations shown on the
Boring Location Diagram on Figure 1. The boring locations were surveyed by Jacobs
Engineering . The results of the boring program are presented on the Logs of Borings on
Figures 2 thru 5. A key to the descriptive terms and symbols used on the logs is shown on
Figure 6.
.. --"" --..
MAS-TEK ENGINEERING & ASSOCIATES E10-1103
PAGE 1
i
:
.'
', ,,
i :
j
i
I ;
I
"' ?
I
'
i
/
' I
,,
;,.
['
An all terrain 4-wheeled drive drilling rig was used to advance these borings and to obtain samples
for laboratory evaluation. Undisturbed specimens of the cohesive soils were obtained using
standard, thin-walled , seamless tube samplers. These specimens were extruded in the field,
logged, sealed, and packaged in plastic sample bags to protect them from disturbance and
maintain their in-situ moisture content during transportation to our laboratory. The granular soils
were sampled using split barrel samplers in connection with Standard Penetration Testing.
The rock hardness and bearing capacity characteristics of the rock strata were evaluated by
the Texas Department of Transportation Cone Penetration Test. This test consists of
measuring the penetration of a 3-inch diameter cone driven with a 170-pound hammer
falling 24 inches . The results of these tests are reported on the boring logs.
4.0 LABORATORY TESTING
r i Samples were examined at our laboratory by the project geotechnical engineer. Selected
samples were subjected to laboratory tests under the supervision of this engineer.
: -1
i'
The in-situ unit weight, moisture content, liquid and plastic limits, and grain size
characteristics of selected soil samples were tested. These tests were used to estimate the
shear strength of the different soil strata and as an indication of the uniformity of the
material. Hand penetrometer tests were also performed to provide an indication of the
variation of soil strength with depth. Unconfined compression tests were performed on
representative samples of the clay overburden soils. These results are presented on the
Logs of Borings. The results of sieve analyses are shown on Figures 7 and 8.
In order to evaluate the shear strength characteristics of the site soils, direct shear tests and
C-U triaxial tests with pore pressure measurements were performed . These results are
shown on Figures 9 thru 12. The results of sulfates determinations are reported on Figure·
16.
5.0 SURFACE CONDITIONS
5.1 SITE GEOLOGY
As shown on the Tarrant County sheet of the Geologic Atlas of Texas, the site is located on
or near the contact of the Grayson Marl/Main Street Limestone Formation and the Woodbine
Formation and is very close to the contact of the Pawpaw Formation . Hard Limestone and
sandstone can be present at shallow depths within these formations. Hard rock outcrops
MAS-TEK ENGINEERIN<f& Ass6'c1ArEs -" "' E10-1103
PAGE2
' i
' I ' l;
I.
'·.
are also possible as well as large hard sandstone boulders . Existing fill was observed in
some areas of the site. The fill may contain large concrete and rock boulders in some areas.
Hard rock was encountered at depths as shallow as 7 feet in the actual borings but could be
present at shallower depths in some areas .
5.2 SUBSURFACE CONDITIONS
Subsurface conditions encountered in the borings , including descriptions of the various
strata and their depths and thicknesses, are presented on the Logs of Boring . Note that
depth on all borings refers to the depth from the existing grade or ground surface present at
the time of the investigation. Boundaries between the various soil types are approximate.
As shown on the Tarrant County sheet of the Geologic Atlas of Texas, the site is located on
or near the contact of the Grayson Marl/Main Street Limestone Formation and the Woodbine
Formation and is very close to the contact of the Pawpaw Formation . Hard Limestone and
sandstone can be present at shallow depths within these formations. Hard rock outcrops
are also possible as well as large hard sandstone boulders . Existing fill was observed in
some areas of the site . The fill may contain large concrete and rock boulders in some areas.
Hard rock was encountered at depths as shallow as 7 feet in the actual borings but could be
present at shallower depths in some areas.
Shallow rock outcrops and existing fill were observed around the site . As indicated on the
boring logs, existing fill soils were encountered at Borings 82, 83 and 84 to depths of up to
10 feet. At Borings 82 and 83 , the deeper existing fill consists of water-bearing fill materials
containing varying amounts of sand, gravel and broken asphalt.
5.3 GROUNDWATER
The borings were advanced with continuous flight auger drilling equipment. This method
: 1 allows relatively accurate groundwater observations to be made while drilling . Groundwater
seepage was observed in the borings at depths ranging from about 6 to 1 O' below the
existing ground surface at the time of this investigation. This groundwater is perched within
the existing fill and is present within the underlying granular soils overlying the shale
i, i
formation. Groundwater is also present within the jointed marly clay and fractured rock . The
subsurface water conditions are subject to change with variations in climatic conditions and
are also functions of subsurface soil conditions and rainfall. It should be anticipated that
----~ -._. ---..... _-.
MAS-TEK ENGINEERING & ASSOCIATES E10-1103
PAGE 3
groundwater seepage will be encountered at shallower depths in all areas after periods of
rain.
6.0 RECOMMENDATIONS
Due to the presence of water bearing fill soils and fine to coarse sand strata at this site, the
basin side slopes would be subject to slope failures caused by erosion when basins are full
followed by rapid drawdown of water levels within the basins as they drain.
Note: It is recommended that both basins be lined with on-site clay or marly clay soils
having a Pl of at least 35. The clay should be relatively free of sand, gravel, rock fragments
and broken asphalt. The on-site clay used to line the basins should have no more than 15%
retained on the No . 200 sieve . The basin side slopes should also be flattened to 4(H):1(V) or
flatter due to soil conditions at this site.
We recommend the following.
1. Excavate all existing fill. Remove and haul off all large rock, broken asphalt,
concrete , etc. having a rock size larger than 4 inches . Stockpile remaining fill for
future re-use.
2.,. Excavate to final depth. Where granular soil or fractured tan weathered limestone is
exposed along the bottom or interior side slopes, as verified by a Mas-Tek Engineer,
over-excavate to allow placement of a 3 foot thick on site clay liner along the interior
side slopes and a 2 foot thick clay liner along the bottom. Where jointed clay or marly
clay is exposed within the basin interior, over-excavation is not required . For these
soils, scarify to a depth of 12 inches, as verified by a Mas-Tek Engineer, and
compact at optimum to +4% above optimum to 95% ASTM 0698 .
. 3. Fill in 8 inch horizontal benched lifts as verified by MTE and compact at -2% to +2%
of optimum to 95% ASTM 069.8. General embankment fill should consist of well
blended clay soils that may contain sand, gravel, broken rock and broken asphalt
having a maximum size of 4 inches. The general embankment fill should be well
blended and should contain at least 40% passing the No. 200 sieve.
MAS-TEK ENGINEERING & ASSOCJ~TES -!E10-1103
PAGE4
,, '
! '
'' .J '
ii'
I' ,,
r
i'
Note: On-site clay used for the clay liner should have at Pl of at least 35 with no
more than 15% retained on the No . 200 sieve .
4. Fill placed along the side slopes should be placed beyond final lines and grades and
compacted in horizontal benched lifts to 95% ASTM D698 at -2% to +2% of
optimum. Final grading should consist of trimming off loose non -compact fill from the
slopes . Compaction of loose fill soil along the side slopes should not be allowed.
5. Due to the high plasticity clay soils in some areas of this site, and non-plastic
granular soils in other areas, side slopes should be no steeper than 4(H):1 (V) slopes
to minimize future skin slides. Shallow skin slides can still occur along 4(H):1 (V)
slopes. Shallow skin slides are not considered to be major slides but are
maintenance considerations that must be repaire.d immediately be 1ore larger slides
occur.
The FOS against a deep sl ide is over 1.5 if 4:1 slopes are used , a clay line is used and the
existing fill is reworked per this report . See Appendix A.
7.0 EMBANKMENT SLOPES
The proposed embankments should be flattened to 4(H): 1 (V) or flatter o minimize skin
slides caused by desiccation cracks during dry weather followed by heavy rains during the
I' , following rainy season . Skin slides along slopes can be reduced by irri ation during dry
; :
'l
1 • I·'
i
t .~ !
weather to minimize desiccation cracks in the underlying soil embankm nt. Sk in slides
within unprotected 4(H):1 (V) slopes occur much less frequently and req \ ire much fewer
repairs than unprotected 3(H):1(V) slopes .
8.0 UTILITY EXCAVATIONS
8.1 TRENCH EXCAVATIONS
It is understood that open cut trench excavations will be performed at t is site and that
trench depths will typically be on the order of 10 to 15 feet below the existing ground
surface .
i.'
I
'i
! .
i'
fl' J )11
1(
']. :·
i
i j
l
I
I' r:
MAS-TEK ENGINEERING & ASSOCIATES " -~ E10~1103 ..
PAGE 5
i' .~,-. ~ .-.: ---··~--------··--··· """--2=n.c··-.--· -----:-·---------..•.. ..., ...• .,, •. ------··--· _____ ,--·--
',.
'i · As indicated on the Boring Logs, soil and rock conditions will vary considerably at the invert
depths. Subsurface conditions will range from water bearing granular soils, hard to very hard
fractured limestone, very stiff to hard jointed clay1 jointed marly claY, and fill soil containing
water bearing granular layers. The clay soils are jointed and fissured.
!i · For trench excavations to any depth at this site, it will be necessary to employ either sloped
excavations or temporary bracing due to unstable soil or unstable rock (sand, gravel, fill soil,
jointed marly clay, weathered limestone),
I I
For trench excavations to any depth at this site, it will be necessary to employ either sloped
excavations or temporary bracing, regardless of the soil conditions encountered . General
guidelines for the design of these two alternatives are discussed in the following sections.
8.2 OPEN CUTS
Recommended slope ratios for the respective soil conditions are presented graphically on
Figure 13. Trench excavations to any depth at this site in l!._nstabl~--~oil 9o_r,dit_ion~ should be
cut back as described above. It should be recognized that free standing slopes will be less
stable when influenced by groundwater or saturated by rain. Surcharge loads, such as those
resulting from excavation spoil, or equipment, should be placed no closer than two feet from
the crest of the slope, or in accordance with OSHA regulations. Vehicle traffic should be
maintained at least five feet from the edge of the crest.
Excavations will encounter fill soils placed during previous construction activities and
groundwater seepage. Where encountered, these soils should be sheeted, shored, and
braced, or laid back on slopes no steeper than 1.5 (H): 1 (V). The contractor will need to take
measures to avoid undermining and damaging the existing underground utilities and any
adjacent pavements or structures.
-~ ...
8.3 TRENCH BRACING / BORE PIT SHORING
Where site limitations require excavations to have vertical side walls, an internal bracing
system will be necessary. Bracing may consist of timber or steel shoring or manufactured
steel trench braces. The lateral pressure distribution to be used in the design of trench
.----~-~--·-. ---·-.. ---..~-
MAS-TEK ENGINEERING & ASSOCIATES , E10-1103
PAG.E 6
I: r
bracing may be determined as presented on Figures 14 and 15. It should be recognized that
pressures are not included from hydrostatic pressures, surcharge loads, or traffic live loads
at trench side walls, dynamic loads, and vibration, which if present, must be included in
bracing design. In lieu of a shoring system, a trench shield consisting of a prefabricated rigid
steel unit adequate to withstand anticipated lateral pressures may be used.
8.4 DEWATERING
Groundwater was encountered in the test borings during drilling as ind icated on the boring
I
/ J.
:
'j : , logs . Groundwater will be encountered at relatively shallow depths in some areas,
!
1·. particularly after periods of heavy rain . See Section 5.3 . In areas where groundwater is
; i
I •
,'1,,
I
encountered , a system of well points, ditches, sumps, and pumping will be required to
provide groundwater control. The design of the actual dewatering system required is the
contractor's responsibility. This includes the control of tail-water flow through previous
backfilled sections .
8.5 CONSTRUCTION CONSIDERATIONS
! l
I ,
"
The following guidelines are presented to aid in the development of the excavation plans : 1
' :
I:
Surface areas behind the crest of the excavations should be graded so that surface water 1 r
does not pond within 15 feet of the crest, nor drain into the excavation . 1 •
Heavy material stockpiles should not be placed near the crest of slopes per OSHA
requirements . Similarly, heavy construction equipment should not pass over or be parked
within 5 feet of the cre$t.
The crest of slopes should be continually monitored for evidence of movement or potential
problems. Freestanding slopes will become less stable when influenced by groundwater or·
saturation by rain .
8.6 TRENCH BACKFILL
The excavated soils can be used for trench backfill. Use of rock fragments greater than six
(6) inches in any dimension should be prohibited, since attaining uniform moisture and
·:~.:-... ~.--··-.-.,.;;.,.--.~-----· -·-·"""···.,...,v~.=...
MAS-TEK ENGINEERING & ASSOCIATES E10-1103
PAGE 7
,,.
I
I
I'
• r-•-~· _,_ -,•• •:-,,~ ,-; .,•, ~ ·•··· ·••.•· •· -,,....-,,---:; -·• --· ·.-.;-;:::. ;'.':":"'-~~:-:--::. '"'
' 1 ,l
'I density without voids would be difficult. The backfill should be placed in thin compacted lifts
as specified below. The fill materials should be free of surficial vegetation or debris.
Clay and silty clay fill soils having a Pl greater than 25 should be placed in 8 inch horizontal
loose lifts and compacted to at least 95 percent of the maximum dry density as determined
by ASTM D-698 test method . The clay and sandy clay should be compacted at optimum to
+4% above the optimum moisture content.
Silty clay and calcareous clay fill soils having a Pl of less than 25 should be placed in 8 inch
horizontal loose lifts and compacted to at least 95 percent of the maximum dry density as
determined by ASTM D-698 test method. These lower Pl soils should be compacted at -2%
to +2% of optimum moisture.
The on-site limestone may be used as utility trench backfill. Broken limestone should be
adequately crushed to where individual rock fragments have a diameter of less than 6
inches. The crushed limestone should be placed in 8 inch horizontal loose lifts and
compacted to at least a minimum of 95 percent of the maximum dry density as determined
by ASTM D-698 test method at -2% to +2% of optimum moisture . The limestone materials
should be crushed using a compactor of sufficient size and weight to crush the rock .
Note: For fill depths below 15 feet and 25 feet depths respectively , the compaction level
should be increased to 98% and 100% ASTM D698, respectively, where it is desired to
reduce post-construction settlements.
8.7 CORROSION CONSIDERATIONS
Based on the results of sulfates testing, sulfates levels of the on-site soils are very high and
exceed 40,000 ppm . Appropriate measures should be taken during design of the concrete
mix design for burled concrete per ACI. The clay and marly clay soils are also considered to
be highly corrosive to buried metals .
...
MAS-TEK ENGINEERING & ASSOCIATES E10-1103
PAGE 8
'' i
r. ..
I. \.
f
r
9.0 INSPECTION AND TESTING
Many problems can be avoided or solved in the field if proper inspection and testing
services are provided . It is recommended that all excavation and fill placement be
monitored by Mas-Tek Engineering . This includes placement and compaction of trench
backfill. Inspection should be performed prior to and during concrete placement qperations.
10.0 LIMITATIONS
The professional services · which have been performed, the findings obtained, and the
recommendations prepared were accomplished in accordance with currently accepted
geotechnical engineering principles and practices . The possibility always exists that the
subsurface conditions at the site may vary somewhat from those encountered in the
boreholes. The number and spacing of test borings were chosen in such a manner as to
decrease the possibility of undiscovered abnormalities, while considering the nature of
loading, size, and cost of the project. If there are any unusual conditions differing
significantly from those described herein, Mas-Tek Engineering should be notified to review
the effects on the performance of the recommended foundation system.
The recommendations given in this report were prepared exclusively for the use of the Client
and their consultants. The information supplied herein is applicable only for the design of
the previously described development to be constructed at locations indicated at this site
and should not be used for any other structures, locations, or for any other purpose .
'., -·-,.,,.-·-.,.._, -:-··c-·~.~---•• ,.---·-·-
MAS-TEK ENGINEERING & ASSOCIATES ·e10-1103-_
PAGE 9 ·-
m
l;;
-t m
:0 z
:::c
r-r-
CJ)
,en -t
,I 0
:0 s:
1' 11! C :0
: l
l ti
~ z
I .,,
0
~
=E
0
~ .. ,..x
-t m >< > CJ)
-' !
'I T I
I ' : \
I I '·m
1 ...
tO I I ·1::
18
"tJ ..
0
(ii'
2.
z o . ...
r:1; e;~ ':-~i~,ii\'; ,f.. -~ .. r.
• ~ ct:r':"J to ,n.
·'
},""""'IC •·t"tl-,w,"I. (l'.lt,t.
_i
LOG OF BORING B-1
Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth, Texas Project No.: E10-1103
Date: 01/14/2011 Elev.: Location: See Figure 1
Depth to water at completion of boring: 10 '
Depth to water when checked: end of day was : 10' (GW at 6' after 1 day)
Depth to caving when checked: was:
1'ELEVATIONr
DEPTH
_ feetl _
~ 30
I :
Notes :
SOIL SYMBOLS
SAMPLER SYMBOLS
__ & EJE LD JESTOAlA
DESCRIPTION
·Tan & gray CLAY w/ calcareous deposits & gypsum
crystals , jointed
Tari fine SAND w/ trace coarse sand & gravel
-groundwater seepage at 6'
MC LL P~-iPI ,-200 DD
% % %i ' ... % pcf . --,. ' . --;. .l..,.. __ ~ ' ---
P.;EN. UNCON S lrain
l sf ksf %
.. ·,·-··.
,; . .::, :: ..
--...,:.~':;;;. .--1"=-_,;;._; ""'-.,'.;--,--
. ~'<4-· 4~f+.;~ .. ~:-~i·-::-·:
4 _5+.
21 70 25 45 98 4.5+
3,5
·---:..,;.,;;.-. ·......=;;. .;.;'.;.."' .;...:.;_ ,, -·
1,
I ! 'i j"
j 20 "i
' Jl:
-~-
..i--M-o'"'"'d-e~ra'""te""'r=y-h .... a"""ra"'"t""o"'"h-a ... r"'"d..,.g.;...ra"""yc..S""-H~A-=-::Lc._E_w=/-v-=e=ry=h-a""'"r""'ct =----=-·-..,,,.~ . .qli ..;-;;,;µ! -',;C""',F•· --·-,,_ ----
limestone layers, Jointed , , ,
,Lj ;[ :::
j; F ;} 1 ·
;; .
.!
.. ~ -··-···-r .~
FIGURE:2
MTE ,.fNC ,.
LOG OF BORING 8-2
Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth, Texas Project No.: E10-1103
Date: 01/14/2011 Elev.: Location: See Figure 1
Depth to water at completion of boring: 6'
Depth to water when checked: end of day & after 1 day
Depth to caving when checked:
• E'[EVATIONI ---SOILSYMBOLS .
DEPTH SAMP LER SYMBOLS DESCRIPTION
/e.e & FIELD TEST DAJA _ -----------II _ _
was: 6'
was:
fo
t
; r ·s r own CLAY w/ tan ·sandy clay : sand .layers~brokeri
aspha lt & gravel ( FILL)
I
~.
..groundwater seepage at 6'
,-• -T ----c•.,,1_
Tan &.'gray CLAY w/ gravel (FILL)
! ---.
'' . ,a-n-&g-ray-CLAY wt gypsu"rn crystals J ointed-.
'-_ .. ;
MC LL. PL , -2Clq 1 DD [ P.PEN UNCO N ·strain
', % <%,.[ %1. 1PI % pcf lsf ·! ksf %
l • ··,' _.... __ ,._ :..__._ ' ____ ,_ -·--"'·' --·
-,01 . ~-.. -r.1 , -.;ri:t
4.5" ...
' Q :/J P O 22 4,5++-'
,,a, ~-==:=T ::..~-n.:;..·&-g;;;..~ r .... ;=--y ..... ~""'-a""r"'"1~;;.:·c=·..;:LA~'\:.::;;'/-~;::;;:t=--~g~)~:.:.·~=---~-'·m""'::-c""'ry;.,.s~fa;c:;Ts,..,=-&--i-ro-.ri-.. --1!-i'; .~; .. -:,--;
stains, jointed
·20
1 '25
·, 30
5010,S"'
50/f]'
Hard tan weathered~Ulv11:STONE W7claVse°amS:::-__p
fractured
'-···sor1ng ~terrnH1ated at 25'
I{
, 22 .61 . 21 , ·,40 ,. 9"9 ,os ~.S + ! · s ,5 ; 6.3
' !
I '
: i
Notes: FIGURE:3
:MT~f INC.
LOG OF BORING 8-3
Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth , Texas Project No.: E10-1103
Date: 01/14/2011 Elev.: Location: See Figure 1
Depth to water at completion of boring: 9'
Depth to water when checked : end of day was: 9' (GW at 7' after 1 day)
Depth to caving when checked: was:
SOI L SYl\1BOLS
SAMPLER SYMBOL S
& FI ELD TES T DATA
DESCRIPTION ~' :111:.. Wt!' . J '~oo oo-Jl'i!ei';
. ·~:,~1~'-!?!1 f"•f ' -~-·:~i~~
J,. 1,,,---~,------=--~-~-----,-..~-=~=----+'-"'-·"4·:!' ~---.:.~--~1'. Tan '& gray CLAY wTbroken asphalt, dark brown .clay, .. i I i
silt seams, sand seams & gravel (FILL)
. ,;.; ... ··ti "
1,4
~. i -.·
1,5 -~j :9J
·,
i ·i:
',~
'.J o., ' j _·:·.
-groundwater seepage at 7'
Hard -to very fiarcf fa0n.'i.vei'atherecfLIMESTorlE, wt clay
seams, fractured
Bor fng ·termfnated .at 2s· ------_.
MTE, INC.
I '
. '·
I 1.0
1,0
j 1 .. 0
.. ;,,
FIGURE:4
i
i I
LOG OF BORING 8-4
Project: Eastern Hills Storm Basin & Storm Drains -Ft. Worth, Texas ProjectNo.: E10-1103
Date: 01/14/2011 Elev .: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was: Dry (GW at 10' after 1 day)
Depth to caving when checked: was:
DE SC RIPTION
Re ddish tan CL AY (FILL )
",·1an CtAY -w7 gypsum crys tal s-&-·ca lca reou s no d ul e s:
! joi nted 4,5+ i
-9_:4 108 375 1 72 \~}I ,
,+---,,-,-....,,..----,,-----~,,__---~.....------"'"'1---~·,..:.:..;. ' -':~-~--:-!-.Iii?_,.;.~~--··.....,;..-.·'.-:-:.;..:~·
f an &·gray ma rly C LA Y w7 gypsum cry stals & iron 1; 4-5"' • !
J.
!
sta ins, jointed :: :w i '&~ ~t~"'! 1~· ·~;;' •: 4:S++
Very hard gray LIMESTO NE w / shale seams
> I
·,
': 1·
i;
• ,l ·7-~:;-'.·#~S-:b:.,~ .. ----·· ---:-.: ·;:, r ·~--.-:-
11 r
1 t
i
-·d: ·, ;.;:!..J.. .. l .... : .. ~:(,:\/ ~ •. =-~~;~
I ! I
I
i' ',
i\l
MTE, INC .
:l:
-· ~'
,,
f .
,.
11
FIGURE:5
KEY TO LOG TERMS & SYMBOLS
;, Symbol Description .y, Symbol Description
·.i,
Strata symbols
~
CIJ .
.
CLAY
SAND
SHALE
Marly Clay
LIMESTONE,
weathered
Limestone
Asphaltic
Paving
Clayey Sandy Gravel
CLAY,
shaley
~ ~
~ ~
. -
lm -
'
RS1 ~
ffTITn rui]
ITTfTI
~L8J
CLAY,
sandy
SAND,
clayey
Weathered Clay-Shale
Sandy Shale
Sandy Shaley Clay
Silty SAND
Silty Sandy CLAY
Sandy Weathered MARL
Weathered Sandy Shale
SAND,
clayey
silty
Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment.
Water level observations are noted on boring logs.
Results of tests conducted on samples recovered are reported on the
boring logs. Abbreviations used ar~:
DD= natural dry density (pcf)
MC= natural moisture content (%)
Uncon,= unconfined compression (tsf)
P.Pen.= hand penetrometer (tsf)
Rock Cores
LL =
PL =
PI =
-200 =
liquid limit (%)
plastic limit (%)
plasticity index
percent passing #200
REC= (Recovery) sum of core sample recovered divided by length
of run, expressed as percentage.
RQD = (Rock Quality Designation) sum of core sample recovery 4 11
or greater in length divided by the run , expressed as
percentage.
·-M~'¥c _ ;1·i ,f!'>,,
I ·-i~,J :,,J:~Y •. •
_-;:-:_ .--~·-.::-
FIGURE 6.
U .S. S ta ndard Sieve U .S. Stand a rd Sieve Nu mbers Hydromete r
~ ~ !!2
(D (')
';-(') (') ~ 0 0 0
0 0 0 0
N '1" N
100 . -:-..: ~I '
' '," "1:·
li ' ,. .
,! : '
'' '
... . ,,I ·1. ··,,, I ,,
.I · ..
! -,-i
90 . .
),,_ '
/ I .,
' , .. i ,. 80 +. 14, ;+-!,H-+-l-1---t,;.+++.'I.·. H-i--rH-l~i:+-
1
:.,t,""·-;,-.,-;,i. r-,,,..-, ..rl+ttt,i-,+;tt-,-,+,.,.-.:-,+t•H++-+-+--+=-.....H+l+•-+--I---~
t.:::
7.0 .. l
I
< !
( __ , -,=·-";; ,. -' ·,
' ,i ' ; :;
60 '~•'H4++'4''~-·~-~~·,-~--~-"""""14H"l'44=~r···"""-··=!+"'H:~
11
'-+-l'~ir --+"~~·-J:H-H144A,,-,4f--"f-..,,:-+l+.H;,l-++-4~···· ........ ~+~~-.~+..,,c~··+·-· .. .,_.,...i•·
I Ii Ji': , . '
t ,,
! ..
Ii
I ' : .
50 ~4-+t-t-+-i!="ct-~+ffif;t,-t-'-f"''fi'-'-1=---i'i+ir:+l~,·,fl--,J'"'"-"',~~'.+l+l t+.IH-,+'-fiif-"="'~H~9·-+-F-i--~t++H-+-!--I"--'-!
'1,'' ii
,,,
ii :; '
i, ·' I•
C,
,i
' '
:
!
40 ..
.• ' :; :
.
I,': -· '•'
' '
' ;, i'
!: ! ·, ' ..
30 · 1,
I
! '
.
20 '. •', ,
I
i ..
'
i
i :I '-f I •
' : ,,
) H , ....
.'
y
I I 1· I'!"'.
.
1 j
I
100 i 0.1 0 ,01 Q.001
Grain Size • mm
.. -..s--. ··-----.,,
-O:-:"
---i
:
-M.aforial Descripti on
••::: •.o ., •·• '" .,-,,·,-
·uses ·
~ ···--B-1 9-10
·.
~---
--------~-----': ....... .
·-··. ··--· ~--· -·--. -·-· -.. . .. -
EASTERN HILLS STORM BASINS
E10-1103 . -~ .-: :;.;:, .. ,-· . _._,.
-' ~ I.
I
! .
i'
...
.J::
01
Q)
~
>,
.c
!'· ...
i.'• Q)
' !:
L1. ...
!:
Q) u ...
Q)
0..
U,S,,Standard Sieve U,$, Standard Si eve Number s H y dro mete r'•
,, J
'1; 1
.. :., 11 Ji,·_·,
.. I -.
'1'
I I
__ ';Li-
0 0
N
,;"-.;mo.:;.,.·--
--·--=-'O ,~ ' • ~J .I' · · .i ,1
0
0
0
0
N
' : ;,
!J ;: ,j
,! ,, lf ,) ,j
, J I,,
t ~ ,. -T ."-
; :'. .. ,-.. ,.:·_~,. ..,. _____ ,_
1'.i. i_
.
I ' J ,_·.,!•.. ·;!,· 1,, I' ' '. i , ' , ' r;; .! i ~ I I ~ J ii: '' •• •, '1 j; ·.·1· ,f i. . I i : I ' ) ; i i -I .. .: 'il1'1: ~I ·,;·'. ·.·'. ); .,:): \' ., / .. : .. ~ I \ ' II
Ir.,, . , • , I ,, . :. ) ., .i r i • J' .r: :-:, i ·' ", ... , 30 .~-~.t .r.~-t .. ~--~,i-'."'.-~
1
~-ct~,1·,r,~~i--.':t=-t-~"'"fl,1t,tt1r1rit-l:'='1.,--..,......,tt+,r
1
~
11
~
1
,t-,,,,~.--,'+l,.,t----tt
1
r~.~.H-.,;,i--"""'l~~1tt++it,,;·""!---1r--=-:t
• ·' Jr ,: '.i " l ', ' l I '. ,, ,.1 ,_ 3 ,, •• I ". j 'i • ~ ii .. ,i t · ; f I .'\ ,i I L 1 1/ 1 ! · 1;·; l ' i, , ~ ' •
\ ' 'f l ij j !,I ... ; ': ·. • "·· ·•. I ', i ', , .:,, ·, ;_!, ·•• •. '· 1,1 h r;J_.-,;,·_. ·•· " 1 ,1 ',, " 9 .::u i i '.! . ' ..• ,. i: ; i ~ -. -,.....,, ··-
. i~, ·i, ·i. r :,: ·:· . ii : ::,'. i .
10 ~.)1: ·~--1 · J.,'.tJ.!.~~_.,, .;;.•.A -.. '
.! ':!;•:•"fl .. -... I''
1:
: . i '1i1 \ . I .·1· :I .:,1. • :"'-·~-·· r-··-.
1,1 i · r' '• •.. ,.i. ·: .,
, "t ;' II ! i ;;1,,'•.,', ,1,.-.-·,.:1.·,, .. .. '.i'.1,,_·, -',,_: _;· ' ' 'j. · 1i _ Q .. . ;f;,..j. 1.....,. '--'·-~ ... .'1 :I,, /1·
:,!l' "ij
1 i;
! q !
. 1·:1 f\~~---
. i
I'-...
,.,< •. _;_J ·-·· I' ,.1. ,,
1000 '100 10 1 0..1 0 .01 0.001 ! '
Grain Size -mm
'--+:-_-:..::.:.-----...;?--... ·---,:--:-·-.. , ···-----·-·---.. -·--·----·-.;--.-.
-·--
i
.; ;
i'
·:,,
·--:~-'
---~RESULTs·oFSIEVlr,1JiAC'vs1f·---·
"°E ASTERN _H,IL
0
LS STORM BASINS
E10-1103
ype of Test:
·Total Normal Stress, psf
---=~--~ -
• Seecimen No :
':.nr_:":'.> __ ::-.• -.~~;;:.:":_-,..;...
'Water· Contenf:'o;o
-·-, , Dry Density, pcf
~1 Saturation,%
•• ~f Void Ratio
i' ~-: Diameter, in.
i /Heig_h!, in. _____ _
\water Content, 0i
~;}Dry Density, pcf
·-:..: ·-"' '-· 1·-__ i ·. '· '' ! ~~h Saturation %
----' ' . F,a-,·· • /11 ~.", Void Ratio
; •• , • .1 ~ iDiameter,.in .
~71+-11-'+'-+-9"9=1-H-t'-+-HtHl"'i. , .,~-~ ;nf:~'f!l'.fil1\JD~"-~ ·,·"'· --
Axial Strain, %
Strain at peak~0/-;;"-""'"~~-c-
,: Eff. Cell Pressure, psf
'l Fail. Stress, psf
Total Pore Pr., psf
Strain,%
Ult. Stress, psf
Total Pore Pr ., psf
Strain,% ··· ·----cr 1 Failure, psf
CU with Pore Pressures .':?L J_=:ailure, psf
18.6
110.7
96.3
0.5222
1.950
3.709
21.1
107 .3
100.0
0.5705
1.970
3.748
l f6
111.7
98.8
0.5090
1.955
3.658
18.1
113 .3
100.0
0.4880
1.946
3.641
····4~9 -~---ra ·
625.0 1500.0
1602.6 2313.5
2866.9 3186.5
4.9 3 .0
1602.6 2313.5
2866.9 3186 .5
4.9 3.0
5215.7 5607.0
3613. l 3293 .5
.. 18.6
110 .5
95.7
0.5257
1.978
3;,_6.l l .
18.2
113. l
100.0
0.4904
1.963
3.585
11.2
3125.0
3670.2
3516.2
11.2
3670.2
3516 .2
11.2
6634.0
2963.8
! ,ample Type: UNDISTURBED !
1
Client: MAS-TEK,)ACOBS
:' escription:
"
I
1 .L= 54 PL= 20
Assumed Specific Gravity= 2. 70
iemarks:
·-. ·'.<&. __ .... _ _. ___ -;.;__;------_. __ . __ --_·.·
:.sted Bv: HS
Pl= 34
:Project: EH STORM BASINS
· 'Location: B-3
:pepth: 7'-8'
·Proj. No.: El0-1103 • -'-Q.~~-S~rTlf)JeQ:
) .r
t
f·
TRIAXIAL SHEAR TEST .REPORT ~ ... ·=-
MAS-TEK ENGINEERING & ASSOCIATES, INC
Dallas TX
Checked Bv: HS
i,
L _ I: -• ,,8%
Peak Strength
Total
a= 381 .8 psf
a = 16 .3 deg
1an a= 0.29
Client: MAS-TEK JACOBS
Project: EH STORM BASINS
Location: B-3 Depth: 7'-8'
. -
l?QQ9'
.',:
I
I
:r I ~ i.
:, i.l)
(/) <11 ,..::.,
(/) (l)_f(I) .. a.> .P ~!a _ n. (/) ....
L-
(l) 0
'-+-' 0 (1J a.·;;;
-(l) 20
0
I-
p, psf
Figure JD
l , __ f .!~i':£~ N_~_: E~O_:.~--~-Q? .. _ ___ ··---_,. __ =---·---·-----,-~-cC·----~. __ y·1#~tt.~ .. _i
sted Bv: HS Checked Bv: HS
i o~or;; -_--& i f? i:, -· ir --1_·_ ·---
i mtoir,-~-='.~-1""'"'=,,,__"" __ __,,.-ll,..,,.,; ~---=•-c.r.-
1, .... ..., .~_j
I
I
{ : .[
-2:0(;j_o ---,......,,.---l~---___,.-=1=,' --.,-=-.,~·1'-,-------,-1
t.
1000 . ---
'
!
! .
;~\~::~:::.::~" :,~:"-,-~-. --,a~
w'--'
-· · -.. _. -r ------• I
i . . , .
), I
, .
~QJl
a-
,~,_ M_.().~_:!EK ~NGl~E!:g~NG §< A~-~5?,,~J.f'I~~dNf _
· .. ··: -· - -···• ,-. ., ....... __ ._ ........ .,..~,,-.·.,. •::-:,,-•· •-:-.-_-·~--=. ____ ..,...
H
----: . ." cc -.-::;
-<JI a.
<JI
<JI
~
u5 .... ro
Q)
..c.
Cl)
I {
--:·"",
,! :\'.-. '; ' -I"'··.-,.,-=,·--F'-1--'-il-+-___ I"'-+'._..~,-=+=--+"'<.
2 so;n./4-'-l~4--ls--4'~1i-+..J:..l---!'-+--...-i:---1u'4"'4~.
/ :·· _.,.
5· --10.
Strain ,%
Sample Type: UNDISTURBED
Description:
LL= 68 PL= 25
Assumed Specific Gravity= 2 .70
Pl= 43
Remarks: Residual strength tests on one sample
Figure __ l~I -
t-· ' . -'
Specimen No:
~Water Content, %
l lory Dens ity, pcf
/~ lsaturation %
•:~~/: I
\2 ' !Void Ratio ••• ':< I
; Diameter, in .
' i . -,. -;i,,··t:.:·t . :__y. He_1 -,,, . 1n.
Water Content, %
· ...... J pry Density, pcf ,(/).:,, s . 0 / ..f~\ :r aturat1on, 10
,t~;: ;Void Ratio
,·. I
Diameter, in.
-_J
23.5
103 .1
99 .9
0 .6351
2.486
-P .999
25 .2
100.2
99.7
0.6816
2.486
1.027
__ ,;.;__----·-..:·----:.;!....-..,....=r:: ---··
)I _}t ·-
23.5 23.4
103.1 103 .2
99.9 99.6
0.6351 0.6334
2.486 2.486
.. 0.999 ._. __ 0_922,-=-·= .
24 .2 23.5
101 .9 102 .9
100.0 99.6
0 .6539 0 .6373
2.486 2.486
1.010 1.001 , J fot ·Hti: in.
·Normai stress, psf
,Fail. Stress, psf
Strain,%
----, __ ..,,,...., ___ . ___ ~
Ult. Stress, psf
Strain,%
Strain at peak, %
Client: MAS-TEK JACOBS
Project: EH STORM BASINS
Location: B-3
.
625.0
675.2
0.8
675.2
0.8
0.8
Sample Number: #1 Depth: 14-15
1500.0
1095 .7
1.4
1095.7
1.4
1.4
-Proj. No.: El0-1103 Date Sampled:
3125.0
1433.2
1.9
1433.2
1.9
1.9
DIRECT SHEAR-TEST .REPORT
MAS-TEK ENGINEERING & ASSOCIATES,, INC
J1a llas. IX --~ --= _ ·
H
3000 ,· ..... -~-. Fa··11.,._ I -u·1·t,, _t_u, •.;.; L. -·-'--·-.. -' 1--1 .L•.'-,: •.. 1.:t • : •. ;. .;._ ·-;_ !--~ "fl I . _,_; :; .1 } , " . •X'0 -.
/ G,p$"f . 436.9 I . 436,9 .J J : ::: .. ·,, 1,,1>: '<f;-, .~tr.I :: i:, ·:·. ·p. deg 23.0 I _ 23.0 1 . 1 r .... 1: .,·t-F _,. 1 _. ~.-.; • ~ 1, . 1,.1 . .•
, _Ta'n··_,(''i_)·_·· ·v·»·-0 ... ·42 -. ~-· _ -·o··_·.42····• ... ·-L ·.· ·._,_.I .. ·· ...... '''.!.:-.,.:· ..... , l [}·i' l ·i-1-,• ..
.'I' J . f . l , L ,, : .. , . L · ·""" . . . . ~ · . ...:!'°"!'. ''.... r l :t,( ~
. ,· I .• '· l { ' : r ' ;: t I l i ~.. (.-,..::L. :,.. +_},.• l __ -_. c", ___ '_ .. _r,.: Jc'. . -; __ ·1--_ ;. ; ' }_ 1: __ '· •. ·-_,·-~-rc>i ~--::. _.;, -->. ~":~~ _ _.;_,,~~: _!; • ,. "'· , • .. . I I l Z . · .. . f . ·r ·1 J . • ·. r ·
'~f~~.: :· j .• , '~--;--c-'-"'"'' -: . . ~"7 ,:f , .. .i , : -,:--• ·• -t . ; : ,"":~~"!-I J.i ; !\.¥ ''.. "Jr--·c-.• t ·-~ .. ~-~-i l :~k, f ;:,, ~.~
2000
Normal Stress , psf
Water Content, %
Dry Density, pcf
i.~ S aturation,%
,f::.' Void Ratio
23.5
103.1
99 .9
0.6351
25.0
100.6
99.9
0.6748
22.8
104 .2
99.9
0 .6 171
' Diameter, in . 2.486 2.488 2.485
I I
I
' i
:!
I:
,i'
./:
:
! '
'I
i !
r~·::.. ~ -:··.-·:_.. :: '
J'
. --~" :l:Jef-fit .in __ . ---···-· .... ~-.. -0 <199<-D.9~6."-----0.99J ... ~,, ~"
'-cu
(1)
..c
.(/)
. ,~;Qi
Strai n,%
Sample Type: UNDISTURBED
"LL= 68 PL= 25 Pl=43
Assumed Specific Gravity= 2.70
Remarks: Direct shear tes ts on 3 separate sample
Figure 12.
,,.:
Water Conten t , %
Dry Density, pcf
Saturation , %
V oid Ratio
. Diameter, in .
1 i i~( blJ fn :
'Normal.Stress , ps{. -~.-c--. ~-
'Fail. Stress, psf
Strain,%
Ult. Stress, psf
Stra in,%
Strain at peak, %
Client: MAS-TEK JACOBS
Project: EH STORM BASINS
· Location: B-3
25 .2
100.2
99.7
0 .6816
2.486
L027
625 .0
675.2
0.8
675.2
0.8
0.8
Sample Number: #2 Depth: 14-15
.. .-,: r•
25.7
99 .5
99.8
0.6942
2.488
1.008
1500.0
1115.2
0.9
1115.2
0.9
0 .9
Proj . No.: El0-1103 .. Date ~ampled:
22.8
104.3
99 .9
0 .6166
2.485
0 ... 93
3125 .0
1748.9
2.2
174 8.9
2 .2
2 .2 ----..
DIRECT-.SH EAR-TEST REP6Fft
MAS-TEK ENGINEERING & ASSOCIATES) INC
'l"'F ''l l . 'T,'J\1c' ·"--... ,l/1, a.s. 1~~ • __ ,... __ ~--._-··:----~-· _ ~,
~c._ --· -~ .• -·-·-----·-.=-""":.:.....:.. -:
octorl R"· LJQ f'horlrorl l:lu• LJ Q
·: I
. I
q
,·,
'. ;;
,11'
,'. ,,,
I'
~: ----=:...;..-·.:.'.-_;.
RECOMMENDED SLOPE RATIOS
; 1 Sand, gravel, silty sand, clayey sand, sandy clay, fill materials,
j. j
1
gravelly sand, and/or soft clay soils (hand penetrometer of 0.5 to
; ;0.9 tsf). I -__ __, .. -c ___ -~ ---------.... --------. . --.....
' :. Submerged soils , and/or fractured rock (jointed shale and/o r
: fractured li mes lo11e) from which water is seeping •
-
; Stiff to hard marly clay, severely weathered to weathered
limestone, weathered clay shale, weathered marl, fractured
!: gray limestone, and dark gray to gray shale above existing
:1 groundwater level.
\J-.C:'.;' """--..:.:-~----'"'-'.-,.,C .. _ • -,_.;;;;.;... ••• .;;;....;;o_-,, --
H ';-~Jv -: ,
r,; .•
'-1''
..
1-Y2
1
1 2 l
1 2 'f
--· -..
,1 1 1
H
* In accordance with the best interpretation of OSHA regulations, submerged soil
is defined as water bearing granular soils, fissured clay soils, or fractured rock
Gointed weathered clay-shale, tan fractured weathered limestone, or fractured
gray limestone) from which groundwater is seeping.
** Maximum bedding cut for trench excavations less than 12 feet deep in dry soil
and weathered rock which are open less than 8 hours.
NOTE: Recommended slope ratios may be subject to reduced stability under the
influence of groundwater or saturation by rain . Recommended slope ratios are
designed for safety only of temporary excavations and are not designed to
prevent limited sloughing during construction.
-:., .•• ·.·---. -• ·-~ __ :Y....:.-.•• -.· ... :>.-•.. ,,. __ , ~· •. -
DATE: MARCH 4, 2011
'.:~,
PROJECT NO: El0-1103
0
,.
0
.--. ~
0
-·.::. ...... -····c-,· .. _-·· ---·
' I
LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS
(For excavations terminating in stiff to very stiff clay, shale, or limestone)
WHERE:
imil ·~'+
sh = Lateral Earth Pressure, psf.
g = Saturated Unit Weight of Soil;
Use 130 pcf for Clay
Use 140 pcf for Shale or Limestone
H = Height of Excavation (ft.)
k = Earth Pressure Coefficient,
Use 0 .30 for Clay, Shale and Limestone
NOTES: 1) If water is not allowed to drain from behind shoring or bracing, full hydrostatic
pressure must be considered.
2) Surcharge loads and traffic live loads, if present, must also be considered.
(A) Increased pressure wedge for excavations terminating in fill or in
overburden soil above the limestone formation.
EASTERN HILLS STORM DRAIN
FT. WORTH, TEXAS
LATERAL EARTH
PRESSURES
PROJECT NO: E10-1103
l _____ , --"'">'
i; '·
I.
LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS
(For excavations terminating in fill soil or granular soil, sand ,-clayey sand , silty sand , gravel
WHERE :
.> · >,, ,::~~z.™7",MtZ~N~~w;
.,
' . . .. ~.-':,~~}~
-~ ---f
S1;i. = I< g H
sh = Lateral Earth Pressu re, ps f.
g = Sa turated Un it Weight of So il;
Use 130 pcf for Clay
Use 140 pcf for ShaJ~ or Limeston e
H = Height of Excavatio n (ft .)
k = Earth Pressure Coefficient
Use 0 .40
J '. NOTES : 1) If water is not allowed to drain from beh ind shoring or bracing, fu ll ,, I
·.,,
1 hydrostatic pressure must be considered .
2) Surcharge loads and traffic live loads must also be considered , if present.
(A) Increased pressure wedge for excavations terminating in fill or in overburden
soil above the limestone formation
,; EASTERN HILLS STORM DRAIN
.• ~---ff. _yYQ!3 T_HJ_J ~XAS ____ .. _ c..
DATE : March 04, 2011
e..:---........ ..,. ~ • •·• .-~ ... = .. • . ,, .•:r • -----. ?.:--••·7""~.cr...v..:::i-·· ·--·-·_; _ ~ ;:-""',' •--':-:~:--.~·--=.'· _ . .,.. "··'-~'."'"--'~. ·'. ·,·', .. •·
LATERAL EARTH
PRESSURES
PROJECTNO E10-1103 11
---. !·
:; :
·r
: i
. r
,, ,,
. ,I
SOLUBLE SULFATES PPM
TEST RESULTS
>40000
>40,000
8-3 14-15
8-4 4-5 >40000
--
-S~t.:1:JS;l.E aSUl2FAJt:S TEST RESULTS
_ .E;ASTERN HILLS STORM _D_RAINS _
f;
!
l
ti
I.
"
'
i J.
' r.
I
i
' ' i
I:
'I'
MAs-TEK Engineering
& Associates, Inc.
----= -------
MAS-TEK ENGINEERING & ASSOCIATES . !i
:-• ·--,-, ..... ,-.C-~--•'·"-,-,-='-,,.-...;,,,.~.-~·--'.;:....:·• :.:..• --:-.:. _,..-,,,-~--=._, •·•-••:_:·'':'~"~-:..~(!"-~-'''.·"":"'=."' .-er·: •• -. ;;
.-.,..-~--~· . .,-. ..,.....,...,,,.._,,.~---.. :,_..:·: .;~~~--_---:·_-"~---...-~_-·=_· -_-~=-' ~~'-'-""~----·,,-. 1 ----.... -.~---· --,.---· ... ....,... ...... .,,..,. .. --,::,ie j;
. ··---"·--'··---·-,...._ ... _.._._. .·
. iElb;.j1ll3' i' P.Ate;i'.Cl:3l0372b:Q9t t FIGURE: 16
'.. ,,, ·: . ".: -'~ ;' ;.. "" •l . -~ -··"' ... r. . ~ .-. • . i -
'.•.==--""'· -~"' -• ....• --:.;._.---..-
i
APPENDIX A
GLOBAL STABILITY STUDIES
MAS-TEK ENGINEERING & ASSOCIATES
'
I
I
: '
'I
.
1 •·
J 'i ! j
I;:
I·
I
. !
Eastern Hills Storm Sewer Improvements
Retention Basin
Material #: 1
Description: Clay Soils
Wt: 120
Cohesion: 400
Phi: 17 _
(Granular Subgrade -See Boring 8-1)
3H: 1 V Embankment Slope
Distance (feet).
i fi 60' .-.-,
*"-"·Assumes clay liner installed per
geotechnical report.
Material #: 2
Description: Sand
Wt: 120
Cohesion: 0
,;' Phi: 28
w
15 :
1(f
Eastern Hills Storm Sewer Improvements
Retention Basin
Material #: 1
Description: Clay Soils
Wt: 120
Cohesion: 400
Phi: 17 ,
7,. ·~
~~ ··:
(Granular Subgrade -See Boring B-1)
4H:1V Embankment Slope
* Assumes clay liner installed per
geotechnical report.
Material #: 2
Description: Sand
Wt: 120
,t _ • -__ --.,----•.,,-c -------~-----· .. .,
03 6 9131823283338434853586368737883889398104111118125132139146153160167174181188195202209216223230237244251258265272279286293
Distance (feet)
Eastern Hills Storm Sewer Improvements
Retention Basin
(Clay Subgrade -See Borings 8-2, 8-3 & 8-4)
Material#: 1
Description: Clay Soils
Wt: 120
Cohesion: 400
Phi: 17 :
Distance (feet)
1 .578 .-..
Material #: 2
Description: Marly Clay
Wt: 120
Cohesion: 400
,Phi: 2.2
09-ADDENDA
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
This Contract made and entered into this the __ day of 'JUL;27, 20 ~.D., 20!!, by and
between the CITY OF FORT WORTH, a home-rule municipal corporation situated in Tarrant County,
Denton, Parker, and Wise Counties, Texas, by an through its duly authorized Assistant City Manager,
("Owner"), and Conatser Construction TX, LP , ("Contractor"). Owner and Contractor may be referred
to herein individually as a "Party" or collectively as the "Parties ."
WITNESSETH: That said parties have agreed as follows:
I.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin
2 .
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools , appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (I 0) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4.
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 150 calendar days.
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as provided in the General
Conditions, there shall be deducted from any monies due or w hich may thereafter become due him , the
sum of $420 Per working day, not as a penalty but as liquidated damages , the Contractor and his Surety
shall be liable to the Owner for such deficiency.
5 .
Should the Contractor fail to begin the work herein provided for within the time herein fixed or to
carry on and complete the same according to the true meaning of the intent and terms of said Plans,
Specifications and Contract Documents, then the Owner shall have the right to either demand the surety
to take over the work and complete same in accordance with the Contract Documents or to take charge of
and complete the work in such a manner as it may deem proper, and if in the completion thereof, the cost
to the said City shall exceed the contract price or prices set forth in the said plans and specifications made
a part hereof, the Contractor and/or its Surety shall pay said City on demand in writing, setting forth and
specifying an itemized statement of the total cost thereof, said e xcess cost.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the
project site for Contractor 's sole negligence . In addition, Contractor covenants and a grees to indemnify,
hold harmless and defend , at its own expense, the Owner, its officers , servants and employees, from and
against any and all claims or suits for property loss , property damage, personal injury, including death ,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage , loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner, its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against w hom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees, upon the execution of this Contract, and before beginning work, to make,
execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a
sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of
Chapter 2253 of the Tex as Government Code, as amended .
A. If the total contract price is $25,000 or Jess, payment to the contractor shall be made in one Jump
sum. Payment shall not be made for a period of 45 calendar days from the date the work has been
completed and accepted by the Owner.
B . If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the
amount of the Contract, solely for the protection of all claimants supplying labor and material in the
prosecution of the work.
C. If the Contract amount is in excess of $100,000, a Performance Bond shall be executed,
in the amount of the Contract conditioned on the faithful performance of the work in accordance with the
Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner.
D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to
insure the prompt, full and faithful performance of the general guarantee contained in the Contract
Documents.
8.
The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the
foresaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be One Million Six Hundred Seventy-four Thousand Six and
no/100 ............................................................................................................. Dollars, ($1,674,006,00).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth , Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein.
l l.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its
duly authorized officers in~ counterparts with its corporate seal attached.
JUL 27 2011
Done in Fort Worth, Texas, this the __ day of A.O ., 20.!!:
APPROVAL RECOMMENDED:
Transportation Public Works
ATTEST:
Conatser Construction TX, LP
PO 15448
Fort Worth, TX 76119
CONTRACTOR
Jerry Conatser, President of
Con atser Management Group , Inc. G .P .
TITLE
P.O. Box 15448
Fort Worth, TX 76119
ADDRESS
November 1960
Revised May 1986
Revised September 1992
CITY OF FORT WORTH
FERNANDO COST A, ASST CITY MANAGER
LEGALITY:
ASST . CITY ATTORNEY
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
CITY OF FORT WORTH
ADDENDUM NO. 1
To the Plans, Specifications & General Contract Documents
Eastern Hills Storm System Improvements
Phase 1 Multi-Use Storm Water Detention Basin
City Project NO. 01363, DOE NO 6628
Bid Date: May 12, 2011; 1:30 PM
Addendum No. 1: Issued May 10, 2011
This Addendum forms part of the Plans, Contract Documents & Specifications for the above
referenced Project and modifies the original Specifications and Contract Documents. Bidder shall
acknowledge receipt of this addendum in the proposal (Proposal Signature Page). Failure to
acknowledge receipt of this addendum could subject the bidder to disqualification.
The plans and specification documents are hereby revised by Addendum No. 1 as follows:
• Work will be allowed to be conducted on Saturdays. The Contractor must notify the inspector by
12:00 PM the proceeding Thursday to work on Saturday .
• Testing is paid for by the Owner unless otherwise noted. ,
• Liquidated damages will apply per General Conditions C7.10 and 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. This provision applies to the completion of all work within 150 calendar
days from NTP.
• The pre-bid item price for top soil has been removed from the bid proposal, and it is to be considered
a bid item. This pay item is only for imported top soil; existing top soil is to be banked on-site and
reused per the plans (Sheet CL-105, Planting Notes, #13), so the bid item for top soil should only
include the imported quantity.
• Wall material for Type II Modular Retaining Wall, shown on C-405 as "Redi-Rock or Approved
Equal" should instead read "Magnum Stone or Approved Equal."
• The "Add Alternate Irrigation Plan" shown on Sheet CL-107 is intended to be a permanent,
underground irrigation system. The bid form has been revised to allow for separate bidding of the
base "Irrigation Plan" (Sheet CL-106) and "Add Alternate Irrigation Plan" (Sheet CL-107).
• The pipe material for the "proposed 12" filter drain" and "proposed 12" sed basin emergency
bypass" lines shown on sheet CU-205 of the plans shall be schedule 40 PVC pipe, and all
connections shall be gasketed fittings.
• "Georonner Scour Protection System" manufactured by Presto Geosystems will l e allowed as an
approved alternate to Scour Stop, shown on sheets C-104 and C-106 . OFFICIAL RECOR D
Timothy Whitefield, P.E.
Jacobs Engineering Group Inc.
Texas Reg. No. 2966
Add,ht,du
CITY SECRETARY
FT. WORTH, TX
02 -FRONT END DOCUMENTS
2.2 -Notice to Bidders
2.3 -Comprehensive Notice to Bidders
2.4 -Special Instructions to Bidders (water-sewer)
2.5 -Special Instruction to Bidders (paving-drainage)
TABLE OF CONTENTS
01 -Project Information [8] 1.1 -Title Page
[8] 1.2 -Location Maps (see
plans)
02 -Front End Documents 2.1 -Table of Contents
[8] 2 .2 -Notice to Bidders
[8] 2.3 -Comprehensive Notice
to Bidders
[8] 2.4 -Special Instructions to
Bidders (water-sewer)
[8] 2.5 -Special Instruction to
Bidders (paving-drainage)
D 2.6 -Detailed Project
Specifications (no drawings
provided)
03 -MWBE Documentation [8] 3.1 -MWBE Special
Instructions
[8] 3.2-MWBE
Subcontractors/Suppliers
Utilization Form
[8] 3.3 -MWBE Prime Contractor
Waiver
[8] 3.4 -MWBE Good Faith Effort
[8] 3.5 -MWBE Joint Venture
04 -Bid Package [gJ 4.1 -Bid Proposal Workbook
D 4.3 -Bid Schedule (N/A)
D 4.4 -List of Fittings (N/A)
[8] 4.5 -Pre-Qualified Contractor
List
05 -General and Special Conditions [8] 5.1 -Part C General
City of Fort Wo rth , T exas
T abl e of Contents
PMO Re lease Date: 06.10.2010
Page I of 2
Conditions (water -sewer)
[8] 5.2 -Supplementary
Conditions to Part C (water -
sewer)
[8] 5.3 -Part D -Special
Conditi ons _(water -sewer)
[8] 5.4 -Part DA -Additional
Special Condition (water -
sewer)
[8] 5.5 -Part E Specifications
[8] 5.6 -Special Provisions
(paving -drainage)
[8] 5.7 -Wage Rates
[8] 5.8 -Compliance with and
Enforcement of Prevailing
Wage Rates
D 5.9 -Standard Details (water-
sewer)
D 5.10 -Standard Details
(paving-drainage)
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 : 06.10.2010
Page 2 of 2
[8] Technical Specs Index
[8] 7.1 -Certificate of Insurance
[8] 7.2-Contractor Compliance
With Workers' Compensation
Law
[8] 7.3 -Conflict of Interest
Questionnaire
[8] 7.4 -Performance Bond
[8] 7.5 -Payment Bond
[8] 7.6 -Maintenance Bond
[8] 7.7 -City of Fort Worth
Contract
[8] Easements Index
[8] Permits Index
[8] Reports Index
[8] Addenda Index
NOTICE TO BIDDERS
Sealed proposals for the following :
EASTERN HILLS STORM SYSTEM IMPROVEMENTS
PHASE 1
Multi-Use Storm Water Detention Basin
City Project No. 01363
Addressed to the
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON STREET
FORT WORTH , TEXAS 76102
will be received at the Purchasing Office until 1 :30 PM, May 12, 2011 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 v isiting the City of Fort Worth 's Purchas ing
Div ision website at http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link
will take you to the advertised project folders on the City's Buzzsaw site , where the plans and contract
documents may be downloaded , viewed , and printed by interested contractors and/or suppliers .
Hard copies of plans and contract documents are available at the office of the design engineer Jacobs
Engineering Group Inc., 777 Main Street, Fort Worth, TX 76102 , at a cost of $60 per set (non-
refundable).
The major work will consist of the following:
Earthwork Cut/Fill
Modular Retaining Wall
Storm Drain Pipe Installation (21" to 54 ")
Sanitary Sewer Relocation ·
Asphalt Pavement Repair
68,600 CY
2 ,641 SF
927 LF
498 LF
17,400 SF
Included in the above will be all other miscellaneous items of construction as outlined in the
Plans , General Contract Documents and Specifications.
Bid security is required in accordance wi t h the Special Instruction to Bidders . Bidders are responsible
for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by
initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. All addenda will be made available on-line with the
contract documents. Contractors and/or suppliers are requested to register as plan holders on-line (on
Buzzsaw site) in order to receive notifications regarding the issuance of addenda . It shall be the
bidding contractor's sole responsibility to verify they have received and considered all
addenda, prior to submitting a bid.
The water and sanitary sewer work must be performed by a contractor that is pre-qualified by
the Water Department at the time of the bid opening. A general contractor, who is not pre -
qualified by the Water Department, must employ the services of a subcontractor who is pre-
qualified . The procedure for pre -qualification is outlined in the "Special Instructions to Bidders
(Water-Sewer)".
Rev 2-2-10_TPW
NB-1
NOTICE TO BIDDERS
For additional information , please contact Timothy Whitefield, P.E. with Jacobs Engineering
Group Inc. at Telephone Number: 817 .735 .6286 or by email: Tim .Whitefield@jacobs.com ,
and/or Chad Simmons, PE, Project Manager, City of Fort Worth at 817 .870.1129 58346 or by
email: chad .simmons@fortworthgov.org .
A mandatory pre-bid conference will be held on May 2, 2011 at 2:00 p.m., in the TPW
Conference Room 270 (City Hall). Bidders are encouraged to review the plans and
specifications prior to the pre-bid conference .
Advertising Dates:
April 21 , 2011
April 28 , 2011
Rev 2-2-10_TPW
NB-1
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
EASTERN HILLS STORM SYSTEM IMPROVEMENTS
PHASE 1
Multi-Use Storm Water Detention Basin
City Project No. 01363
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1 :30 PM, May 12, 2011 and then publicly opened and read aloud at
2:00 PM in the Council Chambers . Contract documents, including plans and specifications for this project may be
obtained on-line by visiting the City of Fort Worth's Purchasing Division website at
http://www.fortworthgov.org/purchasing/ and clicking on the project link. This link will take you to the advertised
project folders on the City's Buzzsaw site, where the plans and contract documents may be downloaded, viewed, and
printed by interested contractors and/or suppliers.
Hard copies of plans and contract documents are available at the office of the design engineer Jacobs Engineering
Group Inc., 777 Main Street , Fort Worth, TX 76102, at a cost of $60 per set (non-refundable).
The major work will consist of the (approximate) following:
Earthwork Cut/Fill
Modular Retaining Wall
Storm Drain Pipe Installation (21" to 54 ")
Sanitary Sewer Relocation ·
Asphalt Pavement Repair
68,600 CY
2,641 SF
927 LF
498 LF
17,400 SF
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General
Contract Documents and Specifications .
NOTICES
All bidders will be required to comply with Provision 5159a of "Vernon 's Annotated Civil Statutes" of the State
of Texas with respect to the payment of prevailing wage rates and City of Fort Worth Ordinance no. 7400
(Fort Worth City Code Sections 13-A-221 through 13-A-29) prohibiting discrimination in the employment
practices.
Bid security is required in accordance with the Special Instruction to Bidders.
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and/or all formalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened. The award of
contract, if made, will be within ninety (90) days after the opening of bids, but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the
Addenda by initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. All addenda will be made available on-line with the contract
Rev 2/2/10_ TPW
CNB -1
_ .COMPREHENSIVE NOTICE TO BIDDERS.
dti0umefUs. Cohrractofs ,and/.or,sLippliersare.requested to register asplan holders on~l.in~:{ 0n Buzzsawsite) in :0fde-r-
fg r~-~J:V~.{D QtlfiA~flqtJ$ir~g~~ingJh~ 1ssu.a.r;ttff.Q(~dden~a ; lt.sbattb.~ fu~bJ<tding .~:pntr,actor's$.Qle ·res·pon~.ibijjj,y.
t()'.Veriftth~Y :f1:ate rec"eNed :iind cun·sJde.red an addenaa, priofto submittiriJjr:r bid '. .,
g·a~:j~ :·r .:1.t .t ··.··m:w--t "t~;,.P,Rt9PO' ¢A····L/' ·;t··.'"." ,·'.:.·1· · rl ""' •llie!'V '' ,.;,r 'r<<i'····~·,·. n·· ·-c ·st···r ;L,aw" '''ds''lj''.'''"t , .. 1. µ f~l'.Yl _$,, ~. ,.p..~ e ,, ,g _. ... . . ""'0 ·~~e 10fl1)HC LJ..,.in_g . • en1.10 . omp lcl c.e.,. 0 a e, .i an .U mJ
ttJ~s.~~f<J~(;Ute~Jt[pqQtlJ~f:lJ~· of'f~¢:e::tej~,ctlQrr o'f. th$ bid a.s t:i:on ,c r~~ptinsi,ve.
!~.J{~P ~q yy.i!p: \f]:,e :yl(y: <;(fQrt ·W.ptlt:i, ;qrc;Hh~t:rce· N9 , 1~$S.?Q;. Jhe,, '¢ffy .91 F~od .'.'l."qcth ,hr;i,~:_9f,clts · for .t9~
l_;?8~(C~cll1on~erf!'.l1r!qt!!,'.:"~U~IP,;~ss :.~.n!~w1.1~~-r~PP worn.~r.: bl!SJrJ,~;;.s,I~_rtJ~rrm~e-~Jn, yl_ty off g1tW.ortri ~pn:tryrc_t~,,
.A.:~opy.9Utie O t,d(n i:lhce·:can be;,ootamed from the.-office ofthe C1t,'SecreJacy1: Th _e. b1ddl3r ·sh~II submttthe
M~EMl.-~E,: lJTILf~TIP.N FORM, :SUBCONTRACTOR7SUPP,LIER UT ILIZATION FORM, PRIME
y~t,Jl;'1AQJ(QJ~:'zy'AIVE,~FOf"{l'vtGOC!D FAITH EFFORT FORM {with'~DoctJmentation"') and/o'f:.Uie JGl~T
~E.~::mJ.ijE f,ORM :~$:;~p~roptiat~~' Tt)~j[).~otirnentation·mu.st ,be: .re·c~JV~;ct:'t)~~ l~tertha:11 ~':00 p.fll.,, Jiv,e ( 5) Qify
Qf P.~tt~O~QJJt!ql!'l~$$q~y~;aft~r 'th~, qJd jqpening d.ale .. Th~·Pid<;JEfrs,9~IJ ,pl:#ain ~ r~.'1ei pff r:pm thei,approp,ri~,ie.
~IT!R!QY.~~ qf1JJ~}Q~p,~;rir.tt~.t1Jto ,vt.trom fde,IJVE!(X; W,a$im?.9e. -~i:tGb 't~¢.t)J:OCt:$.~e-!I Q'.e -~y1q~)'.1J::(;!Jfiaf'.H1~ GJty pf Foti: W'f!Jr!h .r~q~,y~d.8\hJ.:f ~be9m§,r,t,lqij9Q.. fg1lqt;§to :~omply:;s·h:;111 rerrc;fl;lrtt;i~p1 q,'Q Q!J·re.sp,~n:§'.1ye ;
Jbe,:watet';artil: ~a'f.lifacy $'~Wer :W6i1Cmust be,:perfo.im.ed 1:5:Y a ,,.i10ntf:a:6ti:i¥'1fiaLis ._pre,.qualifie:tL by the ·water
~eypaf!ment atttft~. Iiffi"Eh.ofthe: bid <fp e:niqg. -A :gen.erat ccintr.actqtiJ.-who Is 'rJpl ~te-.q'ualified ,by ·1tte Wa'teY
Q~~liiflm.~rit mt:rst~mp(Q~)h~, se.~rq~~ .~ra §u b'con.ttactor ,wttg 1$ ;pr~A;fuaµfietl The 'proGeotfre. tor' pfe.~
q:qalin~~tit>11 C$i~:Qtlin.~.'h ·tnef "6p~cii:!Lltl strqcqo.ns."to Bidders (Wafe fa,~W~t)i:.
S1JBMJS . lb'-· 'j) .i BlfiJtt,Jo ,..(w~RlJ ;OF(:f,'. NTRAOT ·-· .. , ..... ~ .N ,s,,F ., .... -·»CU, •• ,, ••. ,, ..... ,.Q .... ,
TQl!.~. J·9·:P· .. .(;:)~~.lif0.~r?'$.C?,ru " ,;; .c .. '.tj:9,g ~°? .. J· .. l'l ,:._1,.:JU,·Jt:.)·;.lJi~ .......• : •. ~.t.~.~.-. m ... ·.·•·. ·.'W,.~ ... :t·;.·~ ... r .. ;d. ~.te.; o.:•t.Jgn ... tJ,a ..... :~. i·ti ... ·.f r1·9·J·µ.)liums.t.· -.~UJl ... ;~-.[. s:i(o;Jm. p,(P,Vi. ~m~9i1s . .,9J1. ~n~,!~~:~~!6.:'~9.. 9~~:1~m:f-1.1U.§J"f!lf0.)\!.~9qo:U~~tp1,n,th.1~ ;q09~tn,J1JJ~ (S '9'.i~!9'n~9.:~~i_a ;p.apJ~,~@e : ; l_t) Qr~,~rtr,,>,.
b'.e cons.1oete.d ,.a';, pta13reJ5:1a.; ln'e Contractor.1siequireo to:~t.:Jbml~·a ~.19-f~r<~onstµictm@ :;aJnultr ;;use ,storrn
w ~ttffKJete 'rHi~rt Masin'. 1tfe:1Uttrng i t~rm rtra1rt 1mprovemen:ts: on .,:s.o'etloit :CTtiVe. ~0tl tb, of'Ea.stern '.Hills. Hig~l
edh'A.' 'I· A, i,.·>:1· »·;·..r;,r.-1 -···· ·t · '"::-"" ·n· ·. 1· ·-t: ·7.-··· .... ::-.· ·11r.:::· ·.· ·t: ·· ·· · ·· t witl'l . nr,,:·-·1 ···-.··-··1ei .. r ... 0
•• s · J .. ··r· ·. ·mi'\I l : · ··11 :1f ·. ;.,, ..... \.',Q ,., , . 1qlv, J)1~4:t!1S.a . S.tll,).m1 ,.a , J,Q1 ,.a ro;u llt;l,.ll'H \ proJeC ·" ,,, ·. 0 -~,a: )SJQ~,. ;,.P, Qp,o a . Ul\11 .Co ,Pe. 8. WJ .. e.
te.i~~l~,<I ·"?~; tt~fn~.'-·9,P~t~~i;:;-i:5n;~ry..e. Tlf.~'~i;>Ju~c.tcrr.w ho submits the bid Willi; tn .e Jowe.st:;prt:Ce .. w.m lie tf(e
~RPJMEml:s.~..s.~~l~. iijl~$fet19'r. lheJf[8),~F1~ . . .
. ~J1<l~W'4-~~~n.~ri~-Y:·1~!C?fa;le!:! \h,it'(lh~J)j~.~~.\O(Ofthe Tri;lr:tSf:>Qr!a#OlJ pncf ~4,pli c;"§t 9rk~J).'3par(9Jent..r~~~rv~~
t~e ftgnt]o.:evali;iate.'.<:lnd rec9mrnen9 :tg 11:ll? ,C1ty--0f'Forr\Nor::th C1tyX}ouqc1I ~he ;btd th~J is cons1(;J'~r~d t0 b~ ~n
the fj'esmnteresfiiHl:le rnw ·<lts Fort.Worth .
f,qf:·~tkli'tioq~J foif<:r.mt~!fp,)\, .. r?,[eaJ{~, ~otl,fa bt;Tirnolhy, vv;8he.tl~ki,. i;:>:;l::. wfftf J.ac.o'bs E0,f1i:r;1~ed~g:Group the .. ·~1
[R~Je.~,Pl)c<JtJe ·c-, .. · ;.um.· Ei~[/8·.17:'. Y.:e e,-~2,8J.·l . .-;.o r t>.. ~.:.~. ~;m .. .._,.a_ .H~ Ti~,iWJ:ti tefi. •~ .. lo~.j?c:o. l?~;:~o.tm,!_ 1~ti~l°:.t J'lh;:irl.. SJ.rrtm,9ns i P: E:', ·~ P.t'i?J~¢fMF1rtaij~ti w1_ty·J>f1ig~·w ,~x.th.~JJl1;;f$7Q·.'1 ''fi4 9 xJ5:8~tiWpr ~f ema1l;tnaP1.SI01rrJ911S®fo.rt.wort,l;l.90~:;<1r~.
,A ·[11pn~~J9,r:y;f),J~~Ri9.:~onf~.r~o.~.~wnr 12~;be!:~iP~.M~y·2, ~01.1 .ati:o~;_P,.;:P.J~·.JD th~ TPW ''Q9n.f.e.r~p.ce Room:i?e:
(C1cy;Jlall). B1dd'ers :ar.e;enco~ra!J:~,c!-:tQJ.8,XJ'FW ~!)~:plans an,q spe~o1fis;c\tiQn.~:po_qr l0,,·tbe.;pr:t:HJ1(;1 'o~nf~r~nce ,,
'c;,,,,, :a.,~q'o 'r.nr-A'"r IJ\Q,r: ~~71·. _.,,_,,_r-v:v.:
SPECIAL INSTRUCTIONS TO BIDDERS
(WATER & SEWER)
1) PREQUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids . This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor. It is the bidder's responsibility to subm it the following documentation: a current
financial statement, an acceptable experience record, an acceptable equipment schedule and
any other documents the Department may deem necessary, to the Director of the Water
Department at least seven (7) calendar days prior to the date of the opening of bids .
a) The financial statement required shall have been prepared by an independent certified
pub lic accountant or an independent public accountant holding a valid permit issued by an
appropriate State licensing agency and shall have been so prepared as to reflect the
financial status to the submitting company. This statement must be current and not more
than one (1) year old. In the case that a bidding date falls within the time a new statement is
being prepared , the previous statement shall be updated by proper verification.
b) For an experience record to be considered to be acceptable for a given project , it must
reflect the experience of the firm seeking qualification in work of both the same nature and
technical level as that of the project for which bids are to be received.
c) The Director of the Water Department shall be the sole judge as to the acceptability for
financial qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be
rejected as such.
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience
and/or expertise .
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened , and if
inadvertently opened, shall not be considered .
g) The City will attempt to notify prospective bidders whose qualifications (financial or
experience) are not deemed to be appropriate to the nature and/or magnitude of the project
on which bids are to be received. Failure to notify shall not be a waiver of any necessary
prequalification .
2. BID SECURITY: A cashier's check, or an acceptable bidder's bond , payable to the City of Fort
Worth, in an amount of not less than five (5%) perc~nt of the largest possible total of the bid
submitted must accompany the bid , and is subject to forfeiture in the event the successful
bidder fails to execute the Contract Documents within ten ( 10) days after the contract has been
awarded . To be an acceptable surety on the bid bond, the surety must be authorized to do
business in the state of Texas. In addition, the surety must (1) hold a certificate of authority
from the Untied States secretary of the treasury to qualify as a surety on obligations permitted
or required under federal law; or (2) have obtained reinsurance for any liability in excess of
$100,000 from a reinsurer that is authorized and admitted as a reinsurer in the state of Texas
and is the holder of a certificate of authority from the Untied States secretary of the treasury to
qualify as a surety on obligations permitted or required under federal law. Satisfactory proof of
any such reinsurance shall be provided to the City upon request. The City , in its sole discretion,
will determine the adequacy of the proof required herein .
3. BONDS: A performance bond , a payment bond , and a maintenance bond each for one hundred
9/10/04
1
(100%) percent of the contract price will be required, Reference C 3-3.7 .
4 . WAGE RA TES:
Section C3-3 .13 of the General Condit ions 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 t he work provided for in this contract; and (ii) the actual
per diem wages paid to each worker. These records shall be open at all reasonable hours
for inspection by the City. The provisions of Right to Aud it , under paragraph L of Section C1:
Supplementary Conditions To Part C -General Conditions , pertain to this inspection .
c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above .
d) With each partial payment estimate or payroll period , whichever is less , an affidavit stating
that the contractor has complied with the requirements of Chapter 2258 , Texas Government
Code. The contractor shall post the prevailing wage rates in a conspicuous place at the site
of the project at all t imes .
5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal , the
City reserves the right to adopt the most advantageous construction thereof to the City or to
reject the Proposal.
6. BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas.
7 . NONRESIDENT BIDDERS: Pursuant to Article 601g, Texas Revised Civil Statutes , the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is
lower than the lowest bid submitted by a responsible Texas resident bidder by the same
amount that a Texas resident bidder would be required to underbid a nonresident bidder to
obtain a comparable contract in the state in which the nonresident's pr incipal place of business
in located .
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place
of business in this state .
This provision does not apply if this contract involves federal funds .
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for
the bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8 . PAYMENT: If the bid amount is $25 ,000.00 or less , the contract amount shall be paid within
fortyfive (45) ca lendar days after completion and acceptance by the City .
9. AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal
Government, Contractor covenants that neither it nor any of its officers , members, agents
employees, program participants or subcontractors , while engaged in performing this contract,
shall, in connection with the employment, advancement or discharge of employees or in
connection with the terms , conditions or privileges of their employment, discriminate against
9/10/04
2
persons because of their age except on the bases of a bona fide occupational qualification,
retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers, members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in
solicitations or advertisements for employees to work on this contract , a maximum age limit for
such employment unless the specified maximum age limit is based upon a bona fide
occupational qualification, retirement plan or statutory requirements. Contractor warrants it will
fully comply with the policy and will defend, indemnify and hold City harmless against any
claims or allegations asserted by third parties or subcontractor against City arising out of
Contractor's and/or its subcontractors' alleged failure to comply with the above referenced
Policy concerning age discrimination in the performance of this agreement.
10. DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in
theavailability, terms and/or conditions of employment for applicants for employment with, or
employees of Contractor or any of its subcontractors. Contractor warrants it will fully comply
with ADA's provisions and any other applicable federal, state and local laws concerning
disability and will defend, indemnify and hold City harmless against any claims or allegations
asserted by third parties or subcontractors against City arising out of Contractor's and/or its
subcontractors' alleged failure to comply with the above referenced laws concerning disability
discrimination in the performance of this agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts. A copy of the Ordinance can be
obtained from the Office of the City Secretary . The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
documentation ") and/or the JOINT VENTURE FORM as appropriate. The Documentation must
be received by the managing department no later than 5:00 p.m., five (5) City business days
after the bid opening date. The bidder shall obtain a receipt from the appropriate employee of
the managing department to whom delivery was made. Such receipt shall be evidence that the
documentation was received by the City . Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or women
business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to
permit any audit and/or examination of any books, records or files in its possession that will
substantiate the actual work performed by an MBE and/or WBE. The misrepresentation of facts
(other than a negligent misrepresentation) and/or commission of fraud by the Contractor will be
grounds for termination of the contract and/or initiating action under appropriate Federal, State
or local laws or ordinances relating to false statements. Further, any such misrepresentation of
facts (other than a negligent misrepresentation) and/or commission of fraud will result in the
Contractor being determined to be irresponsible and barred from participating in City work for a
period of time of not less than three (3) years.
12. FINAL PAYMENT, ACCEPTANCE AND WARRANTY:
a. The contractor will receive full payment (less retainage) from the city for each pay period.
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete.
9/10/04
3
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.
9/10/04
4
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
I) 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 th e event the successful bidder fails to execute the contract documents
within ten (I 0) days after the contract ha s 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
a) 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
b) have obtained reinsurance for any liability in excess of $100,000 from a re insurer 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 tre asury to qu alify 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
a) hold a certificate of authority from the United States secretary of the treasury to quali fy as a
surety on obligations permitte d or required under federal law ; or
b) 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 di scretion, 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 b e
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 Ci ty
of Fort Worth.
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12 .21.2010
Page 1 of 9
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.
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 RA TES: 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
1) the name and occupation of each worker employed by the contractor in the construction of
the work provided for in this contract; and
2) 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 .
7) FINANCIAL ST A TEMENT: A current certified financial statement may be required by the Department
of Transportation and Public Works ifrequired for use by the CITY OF FORT WORTH in determining
the successful bidder. This statement, if required, is to be prepared by an independent Public Accountant
holding a valid permit issued by an appropriate State Licensing Agency .
City of Fort Worth, Texas
Special Instru ction to Bidders -Paving and Drainage
PMO Official Release Date: 12 .21 .2010
Page 2 of 9
8) INSURANCE: Within ten (10) days of receipt of notice of award of contract, the Contractor must
provide, along with executed contract documents and appropriate bonds, proof of insurance for Worker's
Compensation and Comprehensive General Liability (Bodily Injury-$500 ,000 each person, $1,000,000
each occurrence ($2 ,000 ,000 aggregate limit); Property Damage -$250,000 each occurrence). The City
reserves the right to request any other insurance coverage as may be required by each individual project.
9) ADDITIONAL INSURANCE REQUIREMENTS:
a) The City, its officers, emplo yees and servants shall be endorsed as an additional insured on
Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's
workers' compensation insurance policy.
b) Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth,
TX 76102, prior to commencement of work on the contracted project.
c) Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements specified herein.
d) Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of
cancellation, non-renewal, and/or material change in policy terms or coverage . A ten days
notice shall be acceptable in the event of non-payment of premium.
e) Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating
of A : VII or equivalent measure of financial strength and solvency.
f) Deductible limits , or self-funded retention limits , on each policy must not exceed $10 ,000.00 per
occurrence unless otherwise approved by the City.
g) Other than worker's compensation insurance , in lieu of traditional insurance , City may consider
alternative coverage or risk treatment measures through insurance pools or risk retention
groups. The City must approve in writing any alternative coverage.
h) Workers' compensation insurance policy(s) covering employees employed on the project shall be
endorsed with a waiver of subrogation providing rights of recovery in favor of the City .
i) City shall not be responsible for the direct payment of insurance premium costs for contractor's
msurance.
j) Contractor's insurance policies shall each be endorsed to provide that such insurance is primary
protection and any self-funded or commercial coverage maintained by City shall not be called upon
to contribute to loss recovery .
k) In the course of the project, Contractor shall report, in a timely manner, to City's officially
designated contract administrator any known loss occurrence which could give rise to a liability
claim or lawsuit or which could result in a property loss .
1) 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.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12 .2 1.20 10
Page 3 of 9
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 .
"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 thi s state , and includes a
contractor whose ultimate parent company or majority owner has its principal place of busine ss in this
state .
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for 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 b e obtained from the Office of the City Secretary. The bidder shall
submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER
UTILIZATION FORM , PRIME CONTRACTOR W AIYER FORM , and /or the
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE
FORM as appropriate . The Documentation must be received by the managing d e partment 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 m a de . Such receipt shall be evidence that the documentation was received by
the City . Failure to comply shall render the bid non-responsi ve .
Upon request, Contractor agrees to provide the Owner complete and accurate information
regarding actual work p erformed 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 mi s representation of
facts · ( other than a negli g ent misrepresentation) and/or commission of fraud by the Contractor
will be grounds for termination of the contract and/or initiating action under appropri ate
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 re sult 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 .
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainag e
PMO Official Release Date: 12.2 1.2010
Page 4 of 9
12) A WARD 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.
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 do not acknowledge all applicable addenda may be rejected as non-responsive.
15) CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
a) Workers Compensation Insurance Coverage
1) Definitions :
Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81,
TWCC-82, TWCC-83 , or TWCC-84), showing statutory worker's compensation insurance
coverage for the person's or entity's employees providing services on a project, for the duration
of the project.
Duration of the project-includes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity .
Persons providing services on the project ("subcontractor" in §406 .096)-includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees . This includes , without limitation, independent
contractors , subcontractors, leasing companies, motor carriers , owner-operators , employees of
any such entity, or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation, providing, hauling, or delivering equipment or
materials , or providing labor, transportation, or toner services related to a project. "Services"
does not include activities unrelated to the project, such as food/beverage vendors , office
supply deliveries, and delivery of portable toilets .
2) 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.
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12 .21 .2010
Page 5 of 9
3) The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
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 services on the project; and
b) 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.
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, of 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 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 .
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
providing 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 from each other person with whom it contracts , and provide to the contractor:
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 6 of 9
1) a certificate of coverage, prior to the other person beginning work on the project; and
2) 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;
e) retain all required certificates of coverage on file for the duration of the proj ect and for one
year thereafter.
f) notify the goverrunental 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 provi s ion of coverage of any person providing services on the project; and
g) 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 goverrunental 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 class ification
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 Divisio n of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other civil
actions.
11) 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
goverrunental 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".
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12 .21.2010
Page 7 of 9
16) NON DISCRIMINATION: The contractor shall not discriminate against any person or persons
because of sex, race, religion, color, or national origin and shall comply with the provisions of City
Ordinance 7278, as amended by City Ordinance 7400 (Fort Worth City Code Sections 13A-21 through
13A-29), prohibiting discrimination in employment practices.
17) AGE DISCRIMINATION: In accordance with the policy ("Policy") of the Executive Branch of the
federal government, contractor covenants that neither it nor any of its officers, members, agents , or
employees, will engage in performing this contract, shall , in connection with the employment,
advancement or discharge of employees or in connection with the terms, conditions or privileges of their
employment, discriminate against person because of their age except on the basis 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
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, FlNALPAYMENT, PROJECT ACCEPTANCE AND W ARRAN1Y:
a) The contractor will receive full payment (less retainage) from the city for each pay period .
b) Payment of the retain;lge 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 fmal payment becoming due and
payable .
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainag e
PMO Official Release Date: 12.21.2010
Page 8 of 9
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
1) final quantities, or
2) 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 .
20) PREOUALIF1CATION REOUIREMENIS: All contractors submitting bids are required to be
prequalified by the Fort Worth Transportation and Public Works Department prior to submitting bids
for pavement contracts. This prequalification process will establish a bid limit based on a technical
evaluation and financial analysis of the contractor. It is the bidder's responsibility to submit the
following documentation: a current financial statement, an acceptable experience record , an acceptable
equipment schedule as outlined in the PRRQUALTFTCATTON RRQUTREMENTS FOR PAVTNG
CONTRACTORS most recent version, and any other documents the Department may deem necessary,
to the Director of Transportation and Public Works at least fourteen (14) calendar days prior to the date
of the opening of bids.
a) The financial statement required shall have been compiled by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company . This statement must be current and not more than one (1) year old. In
the case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated with proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received.
c) The Director of the Transportation and Public Works Department shall be the sole judge as to the
level of project a Contractor is qualified to bid based upon a review of the information submitted.
d) The City, at its sole discretion, may reject any bid for failure by the Contractor to demonstrate
acceptable experience, expertise or financial wherewithal to perform the work included in the
project.
e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered
f) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to
be received . Failure to notify shall not be a waiver of any necessary prequalification.
g) Any contractor who becomes qualified and remains in good standing with the City will not be
required to submit for re-qualification for 2 years from the date of having last being qualified. Re-
qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR
PA YING CONTRACTORS document.
City of Fort Worth , Texas
Special Instruction to Bidd ers -Paving and Drainage
PMO Official Release Date: 12 .21.2010
Page 9 of 9
03-MWBE DOCUMENTATION
3.1 -MWBE Special Instructions
3.2 -MWBE Subcontractors/Suppliers Utilization Form
3.3 -MWBE Prime Contractor Waiver
3.4-MWBE Good Faith Effort
3.5 -MWBE Joint Venture
-
.FORT.'W"ORT'H . "'-, ·w· __.. . . ' City of Fort Worth
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
, , >w:J,lth i tot~lifllar},e.tue of)~~rco~t~a~t~is ,$2~0.00~~r more, !lie 'M'¥¥8E go)ll is applic.aJ>le t
· lfth"e totaldollar value of the contract is less than $25,000 ; the M/WBE goal is not applicable.'•
POLICY STATEMENT
It is the policy of the City of Fort Worth to ensure the full and equitable participation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requirements
and regulations stated in the City's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is~% of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25,000 or more, bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation, or;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department , within the following times allocated, in order
for the entire bid to be cons idered responsive to the specifications . The Offeror shall deliver the MWBE documentation
in person to the appropriate employee of the managing department and obtain a date/time receipt. Such receipt shall
be evidence that the City received the documentation in the time allocated. A faxed copy will not be accepted.
1. Subcontractor Utilization Form, if goal is received by 5:00 p.m ., five (5) City business days after the bid
met or exceeded : opening date, exclusive of the bid opening date.
2. Good Faith Effort and Subcontractor received by 5:00 p.m ., five (5) City business days after the bid
Utilization Form , if participation is less than opening date, exclusive of the bid opening date.
stated goal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation: opening date, exclusive of the bid opening date.
4. Prime Contractor Waiver Form, if you will received by 5:00 p.m., five (5) City business days after the bid
perform all subcontracting/supplier work: opening date, exclusive of the bid opening date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid
to met or exceed goal. opening date , exclusive of the bid opening date.
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11/11/05
J
J
ATTACHMENT 1A
Page 1 of 4
City of Fort Worth
Subcontractors/Suppliers Utilization Form
I A
I:
!:)
I
PRIME COMPANY NAME: Check applicable block to describe prime
Co()a-t Ser Co V\s.-+r-1.,{,(../+c o·n -,x 1 i_.,P
I M/W/DBE I x1 PROJECT NAME: NON-M/W/DBE
Eastern Hills Storm System Improvements, Phase 1 BID DATE Multi-Use Storm Water Detention Basin 05 } 1a.j ~O I )
City's M/WBE Project Goal: Prime's M/WBE Project Utilization : PROJECT NUMBER
;;5YI %
City Project No . 01363
24%
Identify a_ll subcontractors/suppliers you will use on this project
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 .
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 bus inesses 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).
Rev . 5/30/03
·Eof-.:f1:Woit1t
~
•J.J ,,1.
'
~~'
Js -, --11
A 7 :5:> /y
ATTACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/suppliers , regardless of status ; i.e ., Minority , Women and non-M/WBEs.
Please list M/WBE firms first , use additional sheets if necessary.
Certification It;$ (check one) O • -,,
SUBCONTRACTOR/SUPPLIER T n
Company Name i N T I;< Detail Detail
C X Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D vl Telephone/Fax r B B R 0 lf.~f E E C T
A -~i
, ru.e,/t..; ~ "t-' $ 3&S q C(). oo ,-/(.{ lA. l C) f
ROBERT GRANADOS TRUCKING
J
5412 Kingslink Circle I ,/' Su <p1us
Fort Worth, Texas 76135
(817) 237-3520
C,o YlvY .e,./ e,_ $~(#).oO
COWTOWN REDI-MIX Mi'M,'K
PO Box 162327 I t/ Fort Worth, Texas 76161 v
V (817) 759-1919 f(8 17)759-1716
C
, r"'-t--t-; c:., $d,00b 6 o
Roadrunner Traffic Supply, Inc . Co Y1 -hD ( 3200 Marquita Drive
Fort Worth , Texas 76116 l / I Svt f?fl l ; tS
phone : 817-244-0305
v
fax : 817-244-4819
l-i 1d r-o f1 u 101 $ &, , '-JCb·bO
Texas Environmental Management $eQd i (] { San Antonio, Inc.
P.O. Box 369 / s,cti i~ Justin, TX 76247 I v'
Phone:940648-3640 Shaunna
r::uu tLJJ, 36D -00
SUN COAST RESOURCES INC. Iv Teri Bateman
PO Box 972321 I Dallas, Texas 75397
V (800)677-3835 x655
-:P; pe, l>;pe ·r:a;~ $ Ii, 7w.00 .,_ Jo. w~.s HD SUPPLY WATERWORKS, Ltd. / PO Box 840700 I Dallas, Texas 75284 V
(817) 595-0580
Rev. 5/30/03
ifoti~.WoRttt1
~
,,I;."!-
,
, .•
u_J .....
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 firms first , use additional sheets if necessa ry.
Certification J~.
(check one) -~
SUBCONTRACTOR/SUPPLIER T ri
Company Name i N T % Detail Detail
C X 1~J Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D Telephone/Fax r B B 0 R ,B E E C T E
A ji
As pha. 1-t 7, t,, clD0· a?
JLB Contracting, LL C
I vv PO Box 24131
Fort Worth, Texas 76 I 24
(817) 26 I -299 I
7ipe ,'v, pt $ 5,&oo 00
RI NKER MA T ERIA LS f'.=; ti, ,71s ~
PO Box 730 I 9 7 I/
Dallas, Texas 75373 --0 197 I V \Jo.\ l)f~
(8 17) 49 1-432 1
Rev. 5/30/03
03 -72 -7 7 A
U J : 54 I
ATTACHMENT 1A
Page 4 of 4
Total Dollar Amount of M/WBE Subcontractors/Suppliers $ '-I J'-1 J oo.oo
I
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $ 3/, 7DD · oO
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ L/55
1
<]OD -oo
By affixing a signature to this form, the Offerer further agrees to provide , directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid. The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company. The bidder agrees to allow the
transmission of interviews with owners, principals , officers , employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City. Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal , State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a period of time not less than one (1) year.
Printed Signa
Contact Name/Title (if different) ("!"
't>'1on -e_ t'o.-.f-
<t)'J-534-1'14 ~ E11-53ll-tt55~
Telephone and/or Fax
Address
Fv1t \Jo{tb -rx -}(&7/ltt
City/State/Zip \ Date I
Rev. 5/30/03
:F@RT WO-RTH ·. ~ w· . City of Fort Worth
Good Faith Effort Form
PROJECT NAME :
Eastern Hills Storm System Improvements, Phase 1
Multi-Use Storm Water Detention Basin
City's M/WBE Project Goal : PROJECT NUMBER
24% City Proj ect No. 01363
ATTACHMENT 1C
Page 1 of 3
Check applicable block to describe
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"a tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 05/30/03
05 -12-,
ATTACHMENT 1C
A , • Page 2 of 3
• L
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
_'f.__ Yes
No
Date of Listing _QL-l_t cl_!__t cJ.D 71
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail , exclusive of the day the bids are
opened?
_X__ Yes (If yes, attach M/WBE mail listi ng to include name of firm and address and a dated copy of letter mailed.)
No
4.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by telephone, exclusive of the day the bids are
opened? ·
-A-Yes (If yes, attach list to include .!lfil!l!t of M/WBE firm, person contacted , phone number and date and time of contact.)
___ No
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
plans and specifications in order to assist the M/WBEs?
_L_Yes
No
6.) Submit documentation if M/WBE quotes were rejected. The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the M/WBE was rejected and any
supporting documentation the bidder wishes to be considered by the City. In the event of a bona fide
dispute concerning quotes, the bidder will provide for confidential in-camera access to and
inspection of any relevant documentation by City personnel.
(Please use additional sheets, if necessarv, and attach.)
Company Name Telephone Contact Pers.on -5cope of Work Reason for Rejection
-...) 00 r)-+t-ccW rll ( N!olli/\
Rev. 05/30/03
ADDITIONAL INFORMATION: 05 -12 -11 A';l :54 I~
ATTACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to _the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1 C will be contac ed and the reasons for not using them will be verified by
the City'~BE O ::...·.:::::e:iz:.~-:::=~
ut rized Signature
1?~~
Title
Coccd:S{) a Gm s-\ x 0-ci I ~~1f_
Company Name
:Po. ~~ \ 54:LJg
~dress \
h (-1:., Wo .( -th \-r f.
City/State/Zip
.Je£. <~nn~:ts_e_y-
Printed signature
£~JL_ __ _
Contact Name and Title (if different)
~\J -53t..J~'l Lf ~----~D.::53!i.:~55 (t;,
Phone Number Fax Number .
__iE_i_L '0@.. CC,)_{p-i;-12 (. ~-
~ai1 Aci~s
05J_14-=20,1 --------
Date
Rev. 05/30/03
04 -BID PACKAGE
: 4.1 -Bid Proposal Workbook
4.5 -Pre-Qualified Contractor List
TO:
BID PROPOSAL
(This Proposal must not be removed from this book of Contract Documents)
Mr. Tom Higgins
City Manager
Fort Worth, Texas
FOR: Eastern Hills Storm System Improvements
Phase 1 -Multi-Use Storm Water Detention Basin
Fort Worth, Texas
May 2011
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, Transportation and Public Works Department City of Fort Worth. If required by this
project, Contractor must be pre-qualified in accordance with the projects sponsoring
Departments of the City of Fort Worth requirements. Upon acceptance of this Proposal by the
City Council and required by this project, the bidder is bound to execute a contract and furnish
Performance, Maintenance Bond for the water replacement contract only, and Payment Bond
approved by the City of Fort Worth for performing and completing said work within the time
stated for the following sums, to wit:
Total quantities given in the bid proposal may not reflect actual quantities, but represent the best
accuracy based on a reasonable effort of investigation; however, they are given for the purpose
of bidding on and awarding the contract.
Special Note: All contractors are advised that one contract will be awarded to the lowest
combined bid for all Units/Sections.
City of Fort Worth Project Manager: TIM WHITEFIELD
Project 01363 -EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1
Unit/Section: STORMWATER DOE 6628
Date
City Project#
Your Vendor Number
Your Company Name
Bid Items
Line Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
21 140
5110/2011
1363
Conatser Construction TX, LP
CPMS Record Number
BID-00144
BID-00062
BID-00065
BID-00065
BID-00065
BID-00061
BID-01 305
BID-00486
BID-00067
BID-01305
BID-00801
BID-00147
BID-00800
BID-00924
BID-00226
BID-00068
BID-00068
BID-00121
BID-00128
BID-00126
BID-00126
BID-00411
BID-00411
BID-00413
BID-00413
BID-00536
BIQ-00527
Material
ServiceCS
ServlceCS
ServiceCS
ServiceCS
ServiceCS
Concrete
Other
Lime
Other
Other
Vegetation
Soll
Assemblv
PVC
Other
Other
Other
Other
Steel
Other
Other
Other
Other
Masonrv
Masonrv
Concrete
Other
Contractor Instructions:
FIii In green cells with your CFW Vendor ID, your Company Name and your bid amounts.
When your bid Is complete, save and close, start Buzzsaw and Add your proposal to the
folder with your Company Name within project's Bid Responses folders.
You may now submit this bid
Unit of
Description Measure
Site Preoaration-Clear Grub Excavation -Remove Acre
Channe~Earthen -Install (Earthwork fill for detenction basin area, channel , sedimentation and
filter basin area) Cubic Yard
Channe~Unclassifled Excavation -Remove (Earthwork cut for detention basin area , c hannel,
sedimentation and filter basin area) Cubic Yard
Channe~Unclassifled Excavation -Remove (Unclassified Excavation -remove and replace
sand with select clavl Cubic Yard
Channe~Unclassified Excavation -Remove (Unclassrfied excavation -Rock excavationl Cubic Yard
Channe~oncrete Pilot -Install {Concrete swale around detention basin) Cubic Yard
Miscellaneous -Install (Install River Rock as soecified In Soeclal Provisions No. 51 l Sauare Yard
Subgrade-8 Inch-Lime Stabilized -Install (All weather access road with 8" lime (Standard City
Sn<>r.ification # 210) stabilized road base on too of 8" compacted subQrade) SQuareYard
Erosion Contro~Gablon Basket -Install (Gablon baskets for wall between sedimentation basin
and filter basin) Cubic Yard
Miscellaneous -Install {Install Articulatino Concrete Blocks) Sauare Yard
Landscaping-per Plans -Install Lumo Sum
Toosoll -Install {Plantino soil mix -refer to special provision No. 48) Cubic Yard
lrriaation Svstem w/Control & Electrical Service -Install rSheet CL-106! Lumo Sum
Pipe-6 Inch Subdraln w/Gravel and Filter Fabric -Install (Subdrain system for multi-purpcse
fieldl Linear Foot
Pioe-Sewer -Install (Install -8 inch HDPE drain pipe for subdrain system for field) Linear Foot
Erosion Contro~Mattress -Install (Install approximately 14 CY of 12" thick gabion mattress in
filtration basin) Lump Sum
Erosion Contro~Mattress -Install {Install aooroxlmatelv 16,945 SY of erosion control blanket) Lumo Sum
Miscellaneous -Install (Install Sand Bed with Gravel Layer and Underdrain Piping for Filtration
Basin includino aoorox 445 LF of 12" PVC oioel Each
Fence-Chain Link -Install {chain link fence around perimeter of sedimentation basin) Linear Foot
Fence -Install /Ornamental Picket Fence at head of filtration basin! linear Foot
Fence -Install {Ornamental Dickel fence alone Shelton Drive as shown on olans) Linear Foot
Retaining Wall -Install <Cast in olace concrete retainina wall around detention basinl Cubic Yard
Retalnlno Wall -Install {Cast In olace concrete retalnlno wall at filtration basin) Cubic Yard
Retainino Wal~Modular -Install /Modular seroentine retainino wall -T~ Ill Souare Foot
Retalnino Wal~Modular -Install {Modular retainlno wall -T""" I) Sauare Foot
Walk-Steos -Install Souare Foot
Walk -Install {Sidewalk and access ramo to multi-ouroose field) Sauare Foot
Your Unit
Quantity Price Your Bid
5.70 $10 000.00 $57 000.00
2016.00 $9.00 $18144.00
66591.00 $8.00 $532 728.00
1000.00 $12.00 $12 000.00
2520.00 $8.00 $20 160.00
230.00 $200.00 $46 000 .00
762 .00 $7.00 $5,334 .00
1430.00 $4.00 $5,720.00
87.00 $245.00 $21,315.00
266.00 $4.00 $1 064.00
1.00 $75 000.00 $75,000.00
4346.00 $12.00 $52,152.00
1.00 $15 000.00 $15,000 .00
7200.00 $18.00 $129,600 .00
862.00 $20.00 $17,240 .00
1.00 $4 000 .00 $4,000.00
1.00 $19 500.00 $19,500.00
1.00 $25000.00 $25 000.00
155.00 $18.00 $2 790 .00
70.00 $60.00 $4,200 .00
346.00 $45.00 $15,570.00
133.00 $425.00 $56,525.00
185.00 $375.00 $69,375.00
1381.00 $20.00 $27,620.00
1260.00 $22.00 $27,720.00
140.00 $20.00 $2,800 .00
1565.00 $4.00 $6 260.00
Walk-Handrail -Install (Install hand rails In accordance with Item 434 . Railing in the City's
28 BID-00535 Assemblv Standard Soecifications) Linear Foot 179.00 $40.00 $7,160.00
Headwal~54 Inch Pipe -Install (Install Headwall with flared wingwalls per TxDOT standard
29 BID-01283 Concrete detail CH-FW-0. Include safetv end treabnent oer TxDOT standard detail SETP-FW-0) Each 1.00 $5,000.00 $5,000.00
30 BID-00919 Concrete Pioe-54 Inch-Class Ill -Install Linear Foot 40.00 $185.00 $7,400.00
31 BID-00086 Concrete Pi~2 Inch-CL Ill -Install Li near Foot 248.00 $135.00 $33,480.00
32 BI D-00084 Concrete Pioe-33 Inch-CL Ill -Install Linear Foot 50.00 $90.00 $4,500.00
33 BID-01092 Concrete Pioe-27 Inch-Class Ill -Install Linear Foot 187.00 $75.00 $14,025.00
34 BID-00082 Concrete Pioe-24 Inch-CL 111 -Install Li near Foot 180.00 $50.00 $9,000.00
35 BID-00081 Concrete Pioe-21 Inch-CL Ill -Install Linear Foot 222.00 $45.00 $9,990.00
36 BID-00107 Concrete lnlet-lnline-15 Ft -Install Each 2.00 $3 500.00 $7,000.00
37 BID-00108 Co ncrete lnlet-lnline-20 Ft -Install Each 3.00 $4 500.00 $13,500 .00
38 BID-00 104 Conc rete lnlet-Droo-4 Ft -Install Each 2.00 $5000.00 $10,000.00
39 BID-00115 Concrete Manhole -Install Each 2 .00 $4 ,000.00 $8,000.00
Miscellaneous Concrete Structure -Install (42 Inch Precast Safety End Treabnent • TxDOT
40 BID-01291 Concrete Standard Detail PSET-SP\ C ubic Yard 1.00 $800 .00 $800 .00
41 BID-01291 Concrete Miscellaneous Concrete Structure -Install (Concrete stilling basin & soillway) Cubic Yard 31.00 $550 .00 $17,050.00
42 BID-01291 Concrete Miscellaneous Concrete Structure -Install /Diversion Weir Slab\ Cubic Yard 3.00 $600 .00 $1,800.00
43 BID-00351 PVC Pioe-Sewer-8 lnch-SDR35 (A ll Deoths\ -Install Linear Foot 498.00 $55.00 $27,390.00
44 BID-00207 Concrete Manhole-Droo-Std 4 Ft Dlam-<to 6 Ft deoth\ -Install Each 2 .00 $3,000.00 $6,000.00
45 BID-00208 Concrete Manhole-Droo-Std 4 Ft Diam-Added Deoth lover 6 Ft Deothl -Install Vertical Foot 8.00 $150.00 $1,200.00
46 BID-00213 Concrete Manhole-Std 4 Ft Diam-Ito 6 Ft Deoth\ -Install Each 2 .00 $2 500.00 $5,000 .00
47 BI D-00214 Concrete Manhole-Std 4 Ft Diam-Added Deoth lover 6 Ft Deothl -Install Vertical Foot 15.00 $130.00 $1,950.00
48 BID-00198 Concrete Collar-Manhole-32 Inch-Frame & Cover -Install Each 3.00 $500.00 $1,500.00
49 BID-00217 ServiceCS Manhole-Vacuum Test -Services Each 3.00 $50.00 $150.00
50 BI D-00352 PVC Sewer Pl umbina-4 Inch-SC H 40 -Install Linear Foot 1.00 $300.00 $300.00
51 BID-00100 ServiceCS Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install Lumo Sum 1.00 $10,000.00 $10,000.00
52 BI D-00201 ServiceCS lns.,..,..on-Post Construction Cleanina & TV -Studv Linear Foot 498.00 $3.00 $1,494.00
Trench Safety System 5 Foot Depth -Install (Trench safety for 498 LF of sanitary sewer pipe
53 BID-00372 ServiceCS and aoorox. 752 LF of storm drai n "'-' Linear Foot 1250.00 $2 .00 $2,500 .00
54 BI D-00181 ServiceCS Traffic Control -Install Lumo Sum 1.00 $5000.00 $5,000.00
Concrete-Type B -Install (Miscellaneous concrete Type B • final quantity to be determined in
55 BID-00837 Concrete the field \ Cubic Yard 10.00 $10.00 $100.00
Concrete-Type E -Install (Miscellaneous concrete Type E -fi nal quantity to be determined In
56 BID-00839 Concrete the fieldl Cubic Yard 10.00 $10.00 $100.00
Pavement-2 Inch Min HMAC Replacement on Existing Base -Install (Replace existing
57 BID-00444 Asohalt oavement including base and sub base for the utility work in the street as shown on olans) Square Foot 17400.00 $2.50 $43,500.00
58 BID-00504 Steel Sian-Proiect Desianation -Install Each 2.00 $350.00 $700 .00
59 BI D-00414 ServlceCS Utility Adiusbnent -Reoair Lumo Sum 1.00 $10 000.00 $10,000 .00
60 BI D-00094 Rock Ri oRao-< Than 18 Inch Rock -Install Clnstall 12-inc h thick concrete a routed riorao \ Cubic Yard 11 .00 $100.00 $1,100.00
Erosion Contro~Mattress -Install (Install approximately 790 SY of Perm anent Transition Mat -
61 BID-00068 Other Sco urs too) LumoSum 1.00 $100 000.00 $100 ,000.00
Irrigation System w/Control & Electrical Service -Install (Add Alternate Irrigation System -
62 BID-00800 Assembly Sheet CL-107\ Lumo Sum 1.00 $37,500.00 $37,500.00
Total Bid This Unit $1 ,674,006.00
Dale
City Project#
You r Vendor Number
Your Compa ny Name
Bid Ite ms
Line Number
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
33
34
35
36
37
38
39
Orth Project M•n•g•r: TIM WHIT EFI EL D
363 -EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1
4121/2011
1363
CPMS Record Number
810-00144
810-00062
8 10-0006 5
8 10-00065
810 -00065
810-00061
810-01305
810-00486
810-00067
8 10 -01305
810-00801
810-00147
810-00800
810-00924
810-00226
810-00068
8 10-00068
Material
Se tvic eCS
ServlceCS
ServiceCS
ServiceCS
ServiceCS
Concrete
Other
Lime
Other
Other
Ve elation
Soil
Assembl
PVC
Other
Other
Mason
Masonr
Concrete
Other
Contractor In structions:
FIii in grHn cells with your CFW Vendor ID , your Company Name and your bid amounts.
When your bid Is complete , sa ve and cloH, start 8uzzuw and Add your proposa l to the
folder with your Company Name with in project's Bid RuponHs folders.
basin area Cubic Yard
Cubic Yard
Cubic Yard
Cubic Yard
Cubic Yard
S uare Yard
S uare Yard
Each
Linear Foot
Linear Fool
Linear Foot
Cubic Yard
Cubic Yard
S uare Foot
S uare Foot
S uare Foot
S uare Foot
2016 .00
66591 .00
1000 .00
2520.00
230 .00
762.00
1.00
155.00
70 .00
346 .00
133 .00
185.00
1381 .00
1260.00
140.00
1565.00
8 10-00535 Asse mbl Line ar Foot 179 .00
Headwall-54 Inch Pipe -Install (Install Headwall with flared wingwalls per TxOOT standard deta il CH-
810-01283 Concrete FW-0. Include safel end treatm ent er TxOOT standard deta il SETP-FW-0 Each 1.00
810-00919 Concrete Pl e-54 Inch-Class Ill -Install Linear Foot 40 .00
8 10-00086 Concrete Pi e.42 Inch-CL Ill -Insta ll linear Foot 248 .00
8 10-00084 Concrete Pi e-33 Inch-Cl Ill -tn,tall Linear Foot 50 .00
810-01092 Concrete Pi e-27 Inch-Class Ill -Install linear Foot 187.00
810-00082 Concre te Pl e-24 Inch-CL HI -Ins tall linear Foot 180 .00
81D-00081 Concrete 222.00
810-00107 Concrete 2.00
810-00108 Concrete 3.00
810-0010 4 Concrete Inlet-Oro Fl -Install Each 200
810-001 15 Concrete Manhole -Install Each 2.00
Your Bid ~ $0 .00
S0 .00 i $0.00
$0 .00
$0.00
$0.00
$0 .00 ~ $0 .00
S0 .00 l S0.00
$0 .00
$71,709 .00 ~ $0.00
$0.00
S0 .00 ~ $0.00
$0.00 -....
$0.00
$0.00
$0.00
$0 .00
$0 .00
$0.00
$0.00
$0.00
$0.00
S0 .00
$°'00
$0 .00
$0 .00
$0.00
$0 .00
$0.00
$0.00
S0.00
$0 .00
S0.00
$0.0 0
S0.00
Miscellaneous Concrete Struclure -Install (42 Inch Precast Safety End Treatment. TxDOT ~'"J°'";;'1f 40 6 10-01291 Concrete Standard Detail PSET -SP) Cubic Yard 1.00 $0.00
41 9 10·0129 1 Concrete MisCeUaneous Concrete Structure -Insta ll (Concrete stilling ba si n & spillway} Cubic Yard 31 .00 ,., ]J(: ,, so .oo
42 910-01291 Concrete Miscellaneous Concrete St ruclur e -Install (Diversion Weir Slab) Cub ic Yard 3.00 ", $0 .00
43 BJD-00351 PVC Pi pe-Sew er-8 lnch-SDR35 (All Depths) -lnslall linear Foot 498.00 ,, $0.00
44 BlD-00207 Concrete Manhole-Droo·Sld 4 Ft Diam-to 6 Ft deoth -Install Each 2.00 1 .,,.'.,.:-":'l!:'.·1Ct $0 .00
45 910-00208 Concrete Manhole-Droo-Std 4 Ft Diam-Added De th over 6 Ft De th -Install Ver1 lcal Foot 8 .00 "''t~ $0 .00
46 010.00213 Concrete Manhole-Sid 4 Ft Oiam-{lo 6 Ft Depth) -Install Each 2.00 $0.00
47 810·00214 Concrete Manhole-Std 4 Ft Diam-Added Depth (over 6 Ft Oeothl -Install Vertical Foot 15.00 $0.00
48 810-00198 Concrete CoUar.Manhole .32 Inch-Fra me & Cover -Install Each 3.00 ~ $0.00
49 9 10 -00217 ServiceCS Manhole-Vacuum Test -Services Each 3.00 ,,-' t , \'· S0.00
50 9 10-0035 2 PVC Sewer Plumb ina-4 Inch-SCH 40 -Install linear Foot 1.00 '-;;;--.;. ' $0.00
51 810-00100 ServiceCS Stor m Water Pollution Prevention Plan> Than 1 Ac SWPPP -Install lump Sum 1.00 "" ' $0 .00
52 BID-00201 ServlceCS Inspection-Post Construction Clean ina & TV -Studv linear Foot 498 .00 ... ~,·, $0.00
Trench Safety System 5 Foo t Depth -Install (Trench safety for 498 LF of sanitary sewer pipe an d I,,~_,,
63 BID-00372 ServiceCS aoorox . 752 lF of storm dra in ioel linear Foot 1250.00 $0 .00
54 BI0-001 81 ServiceCS Traffic Control -Install l ump Sum 1.00 ., ..• -$0.00
Concrete-Type B -Install (Miscellaneous concrete Type B -fin al quantity to be determined in the Iii \;Iii 55 9 10-00637 Concrete field) Cubic Yard 10.00 $0.00
Concrete-Type E -Ins tall (Miscell aneou s concrete Type E. final quanti ty to be determin ed in the l'lik\ ... //,' 56 810,00839 Concrete fiel d) Cubic Yard 10.00 $0.00
Pavemen t-2 1nch Min HMAC Rep lacement on Ex ist ing Base -Install (Replace ex is ting pavement ti;~!'''. 57 BID-00444 As pha lt includina base and sub base for the utilitv wor k in the street as shown on clans} SQu are Foot 17400 .00 S0.00
58 910-0050 4 St eel SiQn-Proiect Oes iQna tion -Install Each 2.00 $350.00 $700.00
59 910-004 14 ServiceCS Utilit Ad 'ustmenl - Reo air lumoSum 1.00 ., $101000.00 $10,000 .00
60 9 10-0009 4 Rock RipRap-< Than 18 Inch Rock-Ins ta ll (Install 12-inch thick concrete grouted tiprao\ Cubic Yard 11 .00 ' ,, $0.00
Erosio n Control-Mattress -Install (Install approx imately 790 SY of Permanent Transit ion Mat. (J,~,~.:; ,tt::~'r}· 61 8 10-00068 Other Scourstool L,m s,m 1.00 $0.00
Total Bid This Unit $82,409.00
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. 7 400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work
order and to complete contract within 150 calendar days. Additional milestones for completion
are as follows
• Complete storm drain and sanitary sewer utility work in Shelton Drive by August 121h
after beginning construction as set forth in the written work order to be furnished by the
Owner.
• Complete soil excavation within 90 calendar days after beginning construction as set
forth in the written work order to be furnished by the Owner.
• Final completion of all work shall be within 150 calendar days after beginning
construction as set forth in the written work order to be furnished by the Owner.
(Check One Box and complete, as applicable)
D The principal place of business of our company is in the State of
a. Nonresident bidders in the State of , our principal place of
business, are required to be __ percent lower than resident bidders by
state law. A copy of the statute is attached .
b. Nonresident bidders in the State of __ , our principal place of
business, are not required to underbid resident bidders .
The principal place of business of our company or our parent company or
majority owner is in the State of Texas.
[ Affix Corporate Seal]
Title : ..)e'< <'j C.Or.c..+5e,, .P('l:5,deni--
Company: C..OnC\ -+s-e y--Co¥) s-+ Vu. Cf ,'on 'J"i t...f
Address : @). &;c \51../t.[£
+-o ( i... uJo-d:J," 1 T x-H1 I l ~
Date : O 5/ J .;t. / .).o, 1
05 -GENERAL AND SPECIAL CONDITIONS
5.1 -Part C General Conditions (water-sewer)
5.2 -Supplementary Conditions to Part C (water-sewer)
5.3 -Part D-Special Conditions (water-sewer)
5.4 -Part DA-Additional Special Condition (water-sewer)
5.5 -Part E Specifications
5.6 -Special Provisions (paving -drainage)
5. 7 -Wage Rates
5.8 -Compliance with and Enforcement of Prevailing Wage Rates
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl -1.4
Cl-1.5
Cl-1.6
Cl-1.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl -1.12
Cl-1.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
PART C -GENERAL CONDillONS
TABLE OF CONTENTS
OCTOBER 19, 2009
TABLE OF CONTENTS
DEFINITIONS Cl-1 (1)
Definition of Terms Cl-1 (1)
Contract Documents Cl-1 (2)
Notice to Bidders Cl-1 (2)
Proposal Cl-1 (2)
Bidder Cl-1 (2)
General Conditions Cl-1 (2)
Special Conditions Cl-1 (2)
Specifications Cl-1 (2)
Bonds Cl-1 (2)
Contract Cl-1 (3)
Plans Cl-1 (3)
City Cl-1 (3)
City Council Cl-1 (3)
Mayor Cl-1 (3)
City Manager Cl-1 (3)
City Attorney · Cl-1 (3)
Director of Public Works Cl-1 (3)
Director, City Water Department Cl-1 (3)
Engineer Cl-1 (3)
Contractor Cl-1 (3)
Sureties Cl-1 (4)
The Work or Project Cl-1 (4)
Working Day Cl-1 (4)
Calendar Days Cl-1 (4)
Legal Holidays Cl-1 (4)
Abbreviations Cl-1 (4)
Change Order Cl-1 (5)
Paved Streets and Alleys Cl-1 (5)
Unpaved Streets or Alleys Cl-1 (6)
City Street Cl-1 (6)
Roadway Cl-1 (6)
Gravel Street Cl-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.1
C2-2.2
C2-2.3
C2-2.4
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
(1)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
C2-2.5
C2-2.6
C2-2.7
C2-2.8
C2-2.9
C2-2.10
C2-2.ll
C2-2.12
C3-3
C3-3.1
C3-3.2
C3-3.3
C3-3.4
C3-3.5
C3-3.6
C3-3.7
C3-3.8
C3-3.9
C-3-3.10
C3-3.11
C3-3.12
C3-3.13
C3-3.14
C3-3.15
C4-4
C4-4.1
C4-4.2
C4-4.3
C4-4.4
C4-4.5
C4-4.6
C4-4.7
C5-5
C5-5.l
C5-5.2
C5-5 .3
C5-5.4
C5-5.5
C5-5.6
C5-5.7
Rejection of Proposals
Bid Security
Delivery of Proposal
Withdrawing Proposals
Telegraphic Modifications of Proposals
Public Opening of Proposal
Irregular Proposals
Disqualification of Bidders
AW ARD AND EXECUTION OF DOCUMENTS :
Consideration of Proposals
Minority Business Enterprise/Women Business
Enterprise Compliance
Equal Employment Provisions
Withdrawal of Proposals
Award of Contract
Return of Proposal Securities
Bonds
Execution of Contract
Failure to Execute Contract
Beginning Work
Insurance
Contractor's Obligations
Weekly Payrolls
Contractor's Contract Administration
Venue
SCOPE OF WORK
Intent of Contract Documents
Special Provisions
Increased or Decreased Quantities
Alteration of Contract Documents
Extra Work
Construction Schedule
Schedule Tiers Special Instructions
CONTROL OF WORK AND MATERIALS
Authority of Engineer
Conformity with Plans
Coordination of Contract Documents
Cooperation of Contractor
Emergency and/or Rectification Work
Field Office
Construction Stakes
(2)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (3)
C2-2 (4)
C2-2 (4)
C2-2 (4)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (1)
C3-3 (2)
C3-3 (2)
C3-3 (2)
C3 -3 (3)
C3-3 .(3)
C3-3 (4)
C3-3 (4)
C3-3 (6)
C3-3 (6)
C3-3 (6)
C3-3 (7)
C4-4 (1)
C4-4 (1)
C4-4 (1)
C4-4 (2)
C4-4 (2)
C4-4 (3)
C4-4 (6)
C5-5 (1)
C5-5 (1)
C5-5 (1)
C5-5 (2)
C5-_5 (2)
C5-5 (3)
C5-5 (3)
I
,-
r.--
,,-
C5-5.8
C5-5.9
C5-5.10
C5-5.ll
C5-5.12
C5 -5.13
C5-5.14
C5-5.15
C5-5.16
C5-5.17
C5-5.18
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6 .l
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6.6
C6-6.7
C6-6:8
C6-6.9
C6-6.10
C6.6.l 1
C6-6 .12
C6-6 .13
C6-6.14
C6-6.15
C6 -6.16
C6-6.17
C6-6.18
C6-6.19
C6-6.20
C6-6.21
Laws to be Observed
Permits and Licenses
Patented Devices, Materials, and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Way
Railway Crossings
Barricades, Warnings and Flagmen
Use of Explosives, Drop Weight, Etc.
Work Within Easements
Independent Contractor
Contractor 's Responsibility for Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public Utilities, Etc.
Temporary Sewer and Drain Connections
Arrangement and Charges for Water Furnished by the City
Use of a Section or Portion of the Work
Contractor's Responsibility for the Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
C7-7 PROSECUTION AND PROGRESS
C7-7.l
C7-7 .2
C7-7.3
C7-7.4
C7-7.5
C7-7.6
C7-7.7
C7-7.8
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
(3)
C5-5 (3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
CS-5 (7)
C5-5 (7)
CS-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6~6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (10)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7-7 (3)
~
C7 -7.9 Delays C7 -7 (4)
C7 -7.I0 Time of Completion C7 -7 (4)
C7 -7 .ll Suspension by Court Order C7-7 (5)
C7-7 .12 Temporary Suspension C7-7 (5) ,..._,
C7-7.13 Termination of Contract due to National Emergency C7-7 (6)
C7-7.14 Suspension or Abandonment of the Work C7 -7 (6)
and Annulment of the Contract:
C 7 -7.15 Fulfillment of Contract C7 -7 (8)
C7-7 .16 Termination for Convenience of the Owner ,> C7 -7 (8)
C7-7.17 Safety Methods and Practices C7 -7 (11)
/
C8-8 MEASUREMENT AND PAYMENT
C8-8.1 Measurement Of Quantities C8-8 (1)
C8 -8.2 Unit Prices C8-8 (1)
C8-8 .3 Lump Sum C8-8 (1)
C8-8.4 Scope of Payment C8 -8 (1)
C8-8.5 Partial Estimates and Retainage C8-8 (2)
C8-8.6 Withholding Payment C8-8 (3)
C8-8 .7 Final Acceptance C8-8 (3)
l C8-8.8 Final Payment C8-8 (3)
C8-8 .9 Adequacy of Design C8-8 (4)
C8-8.I0 General Guaranty C8-8 (4)
C8-8.11 Subsidiary Work C8-8 (4)
C8-8.12 Miscellaneous Placement of Material C8-8 (4)
C8-8 .13 Record Documents C8-8 (4)
(4)
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows :
Cl-1.2 CONTRACT DOCUMENTS : The Contract Documents are in all of the written
and drawn documents, such as specifications , bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents .
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A -NOTICE TO BIDDERS
PARTB -PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PARTF-BONDS
PARTG-CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
b. SPECIAL CONTRACT DOCUMENTS : The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C--GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PARTE-SPECIFICATIONS
PERMITS/EASEMENTS
PART F -BONDS
PART G -CONTRACT
PART H -PLANS (Usually bound separately)
Cl-I (1)
Cl-1.3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising mediums or furnished direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders .
Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done, together with the bid security,
constitutes the Proposal, which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person, persons, firm, partnership, company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bidder.
Cl-1.6 GENERAL CONDITIONS: The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes, and
requirements of the City of Fort Worth's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions . When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS: The Specifications is that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship, equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications, regulations,
requirements, statutes, etc., such referred to documents shall become a part of the
Contract Documents just as though they were embodied therein.
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following:
a.
b.
C.
d.
C2-2.6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3.7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
,-
Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents .
Cl-1.11 PLANS : The plans are the drawings or reproductions therefrom made by the
Owner's representative showing in detail the location, dimension and position of the
various elements of the project, including such profiles, typical cross-sections, layout
diagrams, working drawings, preliminary drawings and such supplemental drawings as
the Owner may is sue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein.
C 1-1.12 CITY: The City of Fort Worth, Texas, a municipal corporation , authorized and
chartered under the Texas State Statutes , acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties .
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous.
C 1-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth, Texas.
Cl-1.14 MAYOR: The officially elected Mayor, or in his absence, the Mayor Pro tern
of the City of Fort Worth, Texas .
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth, Texas, or his duly authorized representative.
C 1-1.16 CITY ATTORNEY: The officially appointed City Attorney of the City of Fort
Worth, Texas, or his duly authorized representative.
Cl-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth, Texas, referred to in the charter as the City Engineer, or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas, or his duly
authorized representative, assistant, or agents.
Cl -1.19 ENGINEER: The Director of Public Works, the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents , engineers, inspectors,
or superintendents, acting within the scope of the particular duties entrusted to them.
Cl-1.20 CONTRACTOR: The person, person 's, partnership, company, firm, association,
or corporation, entering into a contract with the Owner for the execution of work, acting
Cl-I (3)
directly or through a duly authorized representative. A sub-contractor is a person, firm,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools, equipment, and incidentals necessary to produce a completed and
serviceable project.
Ct-1.23 WORKJNG DAY: A working day is defined as a calendar day, not including
Saturdays, Sundays, and legal holidays, in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7:00 a.m. and 6:00 p.m., with exceptions
as permitted in paragraph C7-7.6
C1-l.24 CALENDAR DAYS: A calendar day is any day of the week or month, no days
being excepted.
Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows:
1.
2.
3.
4.
5.
6.
7 .
8.
9.
New Year's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a special holiday is declared by the City
Coum.:il, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations. Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows:
Cl-1 (4)
-
r -
AASHTO -American Association of State MGD Million Gallons
Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
IAW In Accordance With Min. Minimum
ASTM American Society of Testing Mono . Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D. Inside Diameter
ASA American Standards Association O.D. Outside Diameter
HI Hydraulic Institute Elev. Elevation
Asph. Asphalt F Fahrenheit
Ave. Avenue C Centigrade
Blvd. Boulevard In. Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin. Linear or Lineal Yd. Yard
lb. Pound SY Square yard
MH Manhole L.F. Linear Foot
Max. Maximum D.I. Ductile Iron
Cl-1.27 CHANGE ORDER: A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted. Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25 % of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
C 1-1.28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3. Brick, with or without separate base material.
4. Concrete, with or without separate base material.
5. Any combination of the above.
Cl-1 (5)
':-11
...... ~
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley, roadway or
other surface is any area except those defined for "Paved Streets and Alleys ."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated.
Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists .
Cl-1.32 GRAVEL STREET: A gravel street is an unimproved street to which has been
added one or more applications · of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
,.
..
Cl-1 (6)
,-
-
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2. l PROPOSAL FORM: The Owner will furnish bidders with Proposal form , which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid prices are requested. The Proposal form will state the Bidder's
general understanding of the project to be completed, provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency, and shall have been so prepared as to reflect the
current financial status . This statement must be current and no more than one (1) year old.
In the case that bidding date falls within the time a new statement is being prepared, the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten (10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bid s are to be received, and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans. The quantities of work to be performed and materials to
be furnished may be increased or decreased as hereinafter provided , without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents.
C2-2 (1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish . All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents.
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions, to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation , research, tests,
explorations, and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed .
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices, written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submilted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm, association, or
partnership, the name and address of each member of the firm, association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given, and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
r--I
,-
-
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2.5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures, additions not called for, conditional or uncalled for
alternate bids, erasures, or irregularities of any kind, or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened.
C2-2.6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds. The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids.
C2-2.7 DELNERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidder
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas.
C2-2.8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writing, addressed to the City Manager, and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud, the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened.
C2-2.9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight (48) hours after the proposal
opening time, no further consideration will be given to the proposal.
C2-2 (3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders ." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be present for the opening of bids.
C2-2.ll IRREGULAR PROPOSALS: Proposal~ shall be considered as "Irregular" if
they show any omissions, alterations of form, additions, or conditions not called for,
unauthorized alternate bids, or irregularities of any kind. However, the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City. Tendering a proposal after the closing hour is an irregularity which
can not be waived.
C2-2.12 DISQUALIFICATION OF BIDDERS: Bidders may be disqualified and their
proposals not considered for any of, but not limited to, the following reasons:
a) Reasons for believing that collusion exists among bidders.
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated.
c) The bidder being interested in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
e)
f)
g)
h)
a previous contract.
The bidder having performed a prior contract in an unsatisfactory manner.
Lack of competency as revealed by financial statement, experience
statement, equipment schedule, and such inquiries as the Owner may see
fit to make.
Uncompleted work which, in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded .
The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing especially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who, in the judgment of the Engineer, is disqualified
under the requirements stated herein, shall be set aside and not opened.
C2-2 (4)
, '
,-.
-' .
-
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3.1 CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud, the proposals will be tabulated on the basis of the quoted prices, the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents.
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities, to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3 -3.2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months.
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office lo Lhe
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAW AL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened.
C3-3 (1)
C 3-3.5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed forty-five (45) days after the
date of opening proposals, and in no event will an award be made until after
investigations have been made as to the responsibility of the proposed awardee.
The award of the contract, if award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award.
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
·have been determined for comparison of bids, the Owner may, at its discretion, return the
proposal security which accompanied the proposals which, in its judgment, would not be
considered for the award. All other proposal securities, usually those of the three lowest
bidders, will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids, after which they will be
returned by the City Secretary.
C3-3 .7 BONDS: With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds:
a. PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than I 00 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City.
b. MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than I 00 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10.
C. PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
-
-,
-
d.
5160, Revised Civil Statutes of Texas, 1925, as amended by House Bill
344, Acts 56th Legislature, Regular Session, 1959, effective April 27,
1959, and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made.
OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas, and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company.
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required, have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution, or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the conlra<.:l is awanleu shall l>e cunsiuereu l>y Lhe owner as an abandonment of his
proposal, and the owner may annual the Award. By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee's
failure to execute said bonds and contract within ten (10) days, the proposal security
accompanying the proposal shall be the agreed amount of damages which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the A wardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3.ll INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors.
a.
b.
C.
COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500,000 covering each
occurrence on account of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage.
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability (covers General Contractor's Liability for acts
of sub-contractors).
C3 -3 (4)
-
2. Blasting, prior to any blasting being done .
3. Collapse of buildings or structures adjacent to excavation ill
excavation are performed adjacent to same).
4. Damage to underground utilities for $500,000.
5. Builder's risk (where above-ground structures are involved).
6. Contractual Liability ( covers all indemnification requirements of
Contract).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The insurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors, respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached.) All insurance requirements made upon the
Contractor shall apply to the sub-contractors, should the Prime
Contractor's insurance not cover the sub-contractor's work operations.
g. LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
/
performance, payment, maintenance and all such other bonds are written,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth. Tarrant County, Texas. Each such
agent shall be a duly qualified, one upon whom authority and power to act
on behalf of the insurance and/or bonding company to negotiate and settle
with the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance, and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies, then such authority must be vested in a
local agent or claims officer residing in the Metroplex , the Fort Worth-
Dallas area . The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3.I2 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials, labor and services when due.
C3-3.I3 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR 'S CONTRACT ADMINISTRATION : Any Contractor,
whether a person, persons, partnership, company, firm, association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities, will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate, or assign this office ( or he may delegate his Project
Superintendent) with full authority to transact all business actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material,
labor or other expenditure, all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor's principal base of operations be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3 -3 (6)
-
-
appropriately signed and sealed, as applicable, by the Contractor's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents . The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work, or other, be
governed direct by local authority. This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion, may demand that such
local representative be replaced and the Engineer may, at his sole discretion, stop all work
until a new local authority satisfactory to the Engineer is assigned. No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason.
C3-3.15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete, useful project which the Contractor
undertakes to construct or furnish, all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor, tools, materials, machinery, equipment, special
services, and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated, or should there be any additional proposed
work which is not covered by these Contract Documents, the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4.3 INCREASED OR DECREASED QUANTITIES: The Owner reserves the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered, increased or decreased at the unit prices. Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items. When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more, then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories, shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size, but not to
the various depth categories.
C4-4 (1)
--.
-
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole. Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents.
C4-4.5 EXTRA WORK: Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents, shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved.
b. An agreed lump sum.
c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and (4) actual cost of insurance, bonds, and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
(4) above. The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties.
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions, either oral or written, appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance, the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work .
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation.
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full, complete and _final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs · are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost, or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction sch~dule that meets the requirements described in this specification, showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i .e. file formats associated with the
scheduling software). The approved scheduling software systems for creating the
schedule files are:
Primavera (Version 6.1 or later or approved by OWNER)
Primavera Contractor (Version 6 .1 or later or approved by OWNER)
Primavera SureTrak (Version 3.x or later or approved by OWNER)
Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration, resource allocation, and logic issues .
C4-4 (3) ~
..
--
-
,. '
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed, maintained, and progressed that
accurately represents the scope of work performed.
C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work. The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any .
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER.
The following guidelines shall be adhered to in preparing the baseline construction
schedule.
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d. The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration.
The Schedule Guidance Document is located on Buzzsaw and is hereby made a part of
this contract document by reference for all purposes, the same as if copies verbatim
herein.
For each general activity, the construction schedule shall identify all trades or
subcontracts applicable to the project whose work is represented by activities that follow
the guidelines of this section .
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following: procurement, construction, pre-acceptance activities, and
C4-4 (4)
·.,,,.1 i· ....
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. Submillal review periods
5. Shop fabrication and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall
prepare and submit monthly to the OWNER for approval the updated schedule in
accordance with C4-4.6 and C4-4.7 and the OWNER's Schedule Guidance Document
inclusive. As the Work progresses, the CONTRACTOR shall enter into the schedule and
record actual progress as described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a. The CONTRACTOR's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates, submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b. Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
C4-4 (5)
-
-
C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion
of the OWNER, work accomplished falls behind that scheduled, the CONTRACTOR
shall take such action as necessary to improve his progress. In addition, the OWNER
may require the CONTRACTOR to submit a revised schedule demonstrating his program
and proposed plan to make up lag in schedule progress and to ensure completion of the
Work within the allotted Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4-4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the
contract documents. The requirements for each Tier are described below.
CONTRACTOR shall submit each schedule relying on the Schedule Guidance Document
provided in the Contract Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum, each Activity Breakdown Structure (ABS) in the
scheduling software shall be cost-loaded with the total contract dollars
associated with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2. Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars. It is
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements, and additionally the following :
• Labor resources (Man-Hours) shall be loaded into the scheduling
I
software using the "LABOR" resource type with man-hours and
without cost.
C4-4 (6)
PART C -GENERAL CONDITIONS
CS-5 CONTROL OF WORK AND
MATERIALS
SECTION CS-5 CONTROL OF WORK AND MATERIALS
CS-5.1 AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents. The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished, work performed, rate of progress of the work, overall sequence of the
construction, interpretation of the Contract Documents, acceptable fulfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervision of the work, resumption of operations , and all other
questions or disputes which may arise. Engineer will not be responsible for Contractor's
means, methods, techniques, sequence or procedures of construction, or the safety
precaution and programs incident thereto, and he will not be responsible for Contractor's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished, and his decisions and estimates shall be final. His estimates in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly.
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must, within a reasonable time, upon written
request of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
CS-5.2 CONFORMITY WITH PLANS: The finished project in all cases shall
conform with lines, grades, cross-sections, finish, and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents. Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change Order.
CS-5 .3 COORDINATION OF CONTRACT DOCUMENTS: The Contract
Documenls are made up of several sections, which, taken together, are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the sections is as binding as though it occurred in all sections. In case of
discrepancies, figured dimension shall govern over scaled dimensions, plans shall govern
over specifications, special conditions shall govern over general conditions and standard
specification, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in the
CS-5 (1) -
Contract Documents, and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents. In the event the Contractor discovers an apparent error or discrepancy, he
shall immediately call this condition to the attention of the Engineer. In the event of a
conflict in drawings, specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
C5-5.4 COOPERATION OF CONTRACTOR: The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English-speaking superintendent and an assistant who
are fully authorized to act as the Contractor's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer, or his authorized
representatiyes. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assistant project superintendent shall be a resident of Tarrant County, Texas,
and shall be subject to call , as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determines that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing.
The Contractor shall provide all facilities to enable the Engineer and his in spector to
examine and inspect the workmanship and materials entering into the work.
C5-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed. The written notice shall direct attention to the
C5-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition. In the event the Contractor does not take positive steps to fulfill this written
request, or does not shoe just cause for not taking the proper action, within 24 hours, the
City may take such remedial action with City forces or by contract. The City shall deduct
an amount equal to the entire costs for such remedial action, plus 25%, from any funds
due the Contractor on the project.
C5-5.6 FIELD OFFICE: The Contractor shall provide, at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially constructed, well heated, air
conditioned, lighted, and weather proof, so that documents will not be damaged by the
elements.
C5-5 .7 CONTRUCTION STAKES: The City, through its Engineer, will furnish
the Contractor with all lines, grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents, and
lines, grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operations to
avoid delay. Such stakes or markings as may be established for Contractor's use or
guidance shall _be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever, in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed, disturbed, or removed by the Contractor or any of
his employees, the full cost of replacing such stakes or marks plus 25% will be charged
against the Contractor, and the full amount will be deducted from payment due the
Contractor.
C5-5 .8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished . Such
inspection may extend to all or any part of the work, and the preparation or manufacturing
of the materials to be used or equipment to be installed. A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed, to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents, and to call the attention of the Contractor to any such failure
or other infringements. Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents. In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however, be authorized to revoke, alter, enlarge, or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
C5-5 (3)
-
-
-
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents, provided, however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy.
CS-5.9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall, at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents.
Should the work exposed or examined prove acceptable, the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work, but should Work so exposed or examined prove to be unacceptable, the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense. Work done beyond
the lines and grades given or as shown on the plans, except as herein specially provided,
or any Extra Work done without written authority, will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed, and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work .
CS-5.11 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified, and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in _ writing that the
proposed substitute will perform adequately the function called for by the general design,
be similar and of equal substance to that specified and be suited to the same use and
CS -5 (4)
. .
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
service. No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense. Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly ·or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the
Engineer, or as called for in the Contract Documents, tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided. The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furnishing materials and equipment fully conforming to the requirements of the Contract
Documents. Tests and sampling of materials , unless otherwise specified, will be made in
accordance with the latest methods prescribed by the American Society for Testing
Materials or specific requirements of the Owner. The Contractor shall provide such
facilities as the Engineer may require for collecting and forwarding samples and shall not,
without specific written permission of the Engineer, use materials represented by the
samples until tests have been made and the materials approved for use. The Contractor
will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum, and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed, and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prior to the
placing of concrete, using samples from the same aggregate, cement, and mortar which
are to be used later in the concrete. Should the source of supply change, new tests shall be
made prior to the use of new materials.
CS-5 .13 STORAGE OF MATERIALS: All materials which are to be used. in the
construction contract shall be stored so as to insure the preservation of quality and fitness
of the work. When directed by the Engineer, they shall be placed on wooden platforms or
other hard, clean durable surfaces and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt
inspection.
CS-5.14 EXISTING STRUCTURES AND UTILITIES: The location and dimensions
shown on the plans relative to the existing utilities are based on the best information
available. Omission from, the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities.
The location of many gas mains, water mains, conduits, sewer lines and service lines for
C5 -5 (5)
all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location . It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the ·pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works, provision of which is not made in these Contract Documents,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
· clearances. The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines. Verification of existing utilities, structures,
and service lines shall include notification of all utility companies at least forty-eight ( 48)
hours in advance of construction including exploratory excavation if necessary. All
verification of utilities and their adjustment shall be considered subsidiary work.
C5-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to:
1. Notify the Water Department's Distribution Division as to
location, time, and schedule of service interruption.
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
C5-5 (6)
• r
"NOTICE'?
Due to Utility hnprovement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ___ _
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
b. Emergency : In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate.
C5-5 .16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration . If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim .
C5-5 .17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice, and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site of the project all surplus and discarded materials, temporary
structures, and debris of every kind. He shall leave the site of all work in a neat and
orderly condition equal. to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project
C5-5 (7)
C5-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection will be made within 10 days after such
notification . After such final inspection, if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work.
C5-5 (8)
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6.1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulations which in any
way affect the conduct of the work or his operations, and shall observe and comply with
all orders, laws, ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered. The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers, agents, and employees against any and
all claims or liability arising from or based on the violation of any such law, ordinance,
regulation, or order, whether it be by himself or his employees.
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses, pay all charges, costs and fees, and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6.3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process cov~red by letter,
patent, or copyright, he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter, or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents, trademarks, and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents, and
shall indemnify the Owner for any cost, expense, or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided, however, that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design, type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits .
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and disposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work, properly secluded from public observation, shall be
constructed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas and the City shall be strictly complied with.
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment
stored about the work shall be placed and used, and the work shall at all times be so
conducted, as to cause no greater obstruction or inconvenience to the public than is
considered to be absolutely necessary by the Engineer. The Contractor is required to
maintain at all times all phases of his work in such a manner as not to impair the safety or
convenience of the public, including, but not limited to, safe and convenient ingress and
egress to the property contiguous tot he work area. The Contractor shall make adequate
provisions to render reasonable ingress and egress for normal vehicular traffic, except
during actual trenching or pipe installation operations, at all driveway crossings . Such
provisions may include bridging, placement or crushed stone or gravel or such other
means of providing proper ingress and egress for the property served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic, with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic, and shall, at his expense , provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic. Sidewalks must not be obstructed
except by special permission of the Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes, water valves, gas valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice, and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer; shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus. The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams, his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
,. ~ ... ,
'
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners, and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6.6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY: For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys, or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space , but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property. If the street is occupied by
railroad tracks, the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars, etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost ·and expense.
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad, the City will secure the necessary easement for the work . Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City. The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project which is related to the railway properties. The
Contractor will not be given extra compensation for such railway crossings unless
specifically set forth in the Contract Documents.
C6-6 .8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furnish, erect, and maintain such barricades, fences, lights, and danger
signals, shall provide such watchman, and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary.
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from, and vehicles from being driven on or into , any work under
C6-6(3)
construction or beirtg maintained . The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways" issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues, pertinent section being Section Nos. 27 ,
29, 30 and 31.
The Contractor will not remove any regulatory sign, instructional sign, street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign. If the
temporary sign is not installed correctly or if it does not meet the required specifications,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can be re-
installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades, signs, fences, lights, or watchmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades, signs, fences
and lights, and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation , except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs , fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades, signs, or for any other incidentals
necessary for the proper protection, safety, and convenience of the public during the
contract period, as this work is considered to be subsidiary to the several items for which
unil or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to
use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property. The Contractor shall notify
the proper representative of any public service corporation, any company, individual, or
utility, and the Owner, not less than twenty-four hours in advance of the use of any
C6-6(4)
activity which might damage or endanger their or his property along or adjacent to the
work.
Where the use of explosives is to be permitted on the project, as specified in the Special
Conditions Documents, or the use of explosives is requested, the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives.
C6-6.10 WORK WITHIN EASEMENTS: Where the work passes over, through, or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way or
work area considered necessary by the Contractor shall be provided by him at his
expense. Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property.
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress, shrubbery, plants, lawns,
fences, culverts, curbing, and all other types of structures or improvements, to all water,
sewer, and gas lines, to all conduits, overhead pole lines, or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work.
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation,
company, individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury to property of any character resulting from any act, omission, neglect, or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor, he shall restore or
have restored as bis cost and expense such property to a condition at least equal to that
existing before such damage or injury was done, by repairing, rebuilding, or otherwise
C6-6(5)
...
replacing and restoring as may be directed by the Owner, or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing , either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits, before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area. The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore, no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury, the Owner may, upon 48 hour written notice under ordinary
circumstances, and without notice when a nuisance or hazardous condition results,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monies due to or
to become due to the Contractor under this contract.
C6.6. l 1 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant, or employee of the Owner .
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same, and shall
be solely responsible for the acts and omissions of its officers, agents, servants,
employees, contractor, subcontractors, licensees and invitees . The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor
covenants and agrees to, and does hereby indemnify, hold harmless and defend Owner, its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons, of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers, agents, employees, contractors, subcontractors, licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death, to any and all person of whatsoever kind
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers, agents , employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate, refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25th day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and, upon request, shall . give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6 .14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall, at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers. The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers, and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs, pipes, or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such Limes as lhe permanent connections
are built and are in service. The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at his own expense.
The Contractor's responsibility in the use of all existing fire hyarant and/or valves is
detailed in Section E2-l .2 USE OF FIRE HYDRANTS AND VALVES in these General
Contract Documents.
When meters are used to measure the water, the charges, if any, Jor water will be made at
the regular established rates. When meters are not used, the charges, if any, will be as
prescribed by the City ordinance, or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever, m the
opinion of the Engineer, any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or . workmanship, equipment, or deficient operations on the part of the
Contractor, shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work . The Contractor shall rebuild, repair, restore, and make good at his own expense all
injuries or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6 .19 NO WANER OF LEGAL RIGHTS: Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work,
or any extension of time, or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach.
The Owner reserves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrymg out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder, there shall be no liability upon the authorized representative of the Owner,
either personally or other wise as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth,
and organization which qualifies for exemption pursuant the provisions of Article 20.04
(H) of the Texas Limited Sales, Excise, and Use Tax Act, the Contractor may purchase,
rent or lease all materials, supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax, said
exemption certificate to comply with State Comptroller's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011, and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales, Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right~of-way or other easement which has been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales, Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6(10)
,;'
PART C-GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7.1 SUBLETTING: The Contractor shall perform with his own organization,
and with the assistance of workmen under bis immediate superintendance, work of a
value of not less than fifty (50%) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered· only in the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency. The Owner will . not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives.
C7-7 .2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights, title, or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by resolution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent, assign, transfer, sublet, convey, or
otherwise dispose of the contract or his right, title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation, or does by
bankruptcy, voluntary or involuntary, or by assignment under the insolvency laws of any
states, attempt to dispose of the contract may , at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment, any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages .
C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies , if
requested by the Engineer, a progress schedule preferably in chart or diagram form, or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
lhe sd1euuleu lime. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure its
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF
TIME OF COMPLETION of this Agreement, and a progress schedule shall not constitute
a change in the contract time.
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall · at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to finish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7.5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen, including
equipment operators, may be imported only after the local supply is exhausted . The
Contractor shall employ only such superintendents, foremen, and workmen who are
careful, competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who, in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful, intemperate,
dishonest, or otherwi se objectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to thein and operate any equipment necessary to properly carry out the
performance of the assigned duties .
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools, and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition.
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
.. ,.,
t.;,: -~
• C
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKJNG DAYS" or
the date stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays, providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday.
b. Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer, essential to the
timely completion of the project.
The Engineer's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C 1-1.24 and the Contractor may work as he so desires.
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
C7-7 .8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood, tornadoes, epidemics, quarantine restrictions, strikes, embargoes,
or delays of sub-contractors due to such causes.
C7-7(3)
• . . .
,,
When the date of completion is based on a calendar day bid, a request for extension of
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7.9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material, if any, which is to
be furnished by the City. When such extra compensation is claimed, a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall, however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Owner.
C7-7(4)
' ,
I
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35.00
$ 5,001 to $ 15,000 inclusive $ 45.00 .
$ 15,001 to $ 25,000 inclusive $ 63.00
$ 25,001 to $ 50,000 inclusive $ 105.00
$ 50,001 to $ 100,000 inclusive $ 154.00
$ 100,001 to $ 500,000 inclusive $ 210.00
$ 500,001 to $1,000,000 inclusive $ 315.00
$1,000,001 to $2,000,000 inclusive $ 420.00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information, and that the "Amount of Liquidated Damages Per Day", as set out above, is
a reasonable forecast of just compensation due the City for harm caused by any delay.
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7 .12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such manner tl).at they will not obstruct or impede the public
unnecessarily nor become damaged in any way, and he shall lake every precaulion lo
prevent damage or deterioration of the work performed; he shall provide suitable drainage
about the work, and erect temporary structures where necessary.
Should the Contractor not be able to complete a portion of the project due to causes
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be
C7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time , then the
Contractor may be reimbursed for the cost of moving hi s equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
construction may be resumed. Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed .
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not su spend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, becau se of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the neces sary labor , materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two month s, the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, material s, and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort as sist the Contractor in
procuring and making available the nece ssary labor , material s, and equipment within
thirty day s , the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7.14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
· OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following , by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
c. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations.
d. Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents .
g. Failure of the Contractor promptly to make· good any defect in materials or
workmanship , or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J. If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue, and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties, in such event shall assume the Contractor's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents .
C7-7(7)
t
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities, or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine, the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials , plants, tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expen ses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law, when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7.16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under this contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section, whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which petfonnance of work under the contract is terminated, and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
claim, demand or suit shall be required of the Owner regarding such
discretionary action
B. CONTRACTOR ACTION: After receipt of a notice of termination,
and except as otherwise directed by the Engineer, the Contractor shall:
, 1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2. place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of sµch portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner, at the
times, and to the extent, if any, directed by the Engineer:
a. the fabricated or unfabricated parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
b. The completed, or partially completed plans,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination , the Contractor may submit to the Engineer a list,
certified as to quantity and quality, of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
which has been directed or authorized by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list, and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
C. TERMINATION CLAIM: Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
authorized extension thereof, any and all such claims shall be conclusively
deemed waived.
D . AMOUNTS: Subject to the prov1s10ns of Item C7-7.l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto; provided, that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7 .16(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph.
E. FAILURE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7 .16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine, on the basis of
information available to it, the amount, if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined . No amount shall be due for lost or anticipated profits.
F. DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted;
1. all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
f.
G.
2. any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for, or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause, and not
otherwise recovered by or credited to the Owner.
ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
'the price or prices specified in the contract relating to the continued
portion of the contract (the portion not tem)inated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein, however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
H. NO LIMITATION OF RIGHTS: Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7 .14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7.17 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state, and local laws, ordinances, and
regulations so as to protect person and property from injury, including death, or damage
in connection with the work.
' .
C7-7(11)
' ·-
. ~
PARTC-GENERALCONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANTITIES: The detennination of quant1t:Ies of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and item
installed.
C8-8.2 UNIT PRICES: When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finishing costs, overhead expense, bond,
insurance, patent fees, royalties, risk due to the elements and other clauses, delays,
profits, injuries, damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in-a
satisfactory condition for operation.
C8-8.3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8.4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools, materials,
and incidentals for perfonning all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be em:uuulereu tluriug Lhe
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph C5-5 .14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks , copyrights, or other legal reservations,
C8-8(1)
'•\~~+., I
.,.f
'
..
', . ·, . . ~
t.
and for completing the work in an acceptable manner according to the terms of the
Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work una.er contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections, or damage, and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE : Between the 1 st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing · an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the 10th day of the month , the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of th~ work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90% of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000 .00, or 95% of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000.00 or greater, within twenty-five (25)
days after the regular estimate period. The City -will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85% of the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates.
It is understood that partial estimates from month to month will be approximate only, all
partial-monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and su.ch estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Pocuments.
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract. ' ..
.,.
C8-8(2)
. '
. . .
.,
C8-8.6 WITHHOLDING PAYMENT: Payment on any estimate or estimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8.7 FINAL ACCEPTANCE: Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection. The
Engineer shall notify the appropriate officials of the Owner, will within a reasonable time
make such final inspection, and if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final estimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements, computations, and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been -
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council, provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows: Prior to submission of the final estimate for payment,
the Contractor shall execute an affidavit as furnished by the City, certifying that;
A. all persons, firms, associations, corporations, or other organizations
furnishing labor and/or materials have been paid in full,
B. that the wage scale established by the City Council in the City of Fort
Worth has been paid, and
C. that there are no claims pending for personal mJury and/or property
damages.
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
CS-8(3)
•· '
, I
~ ·,• .
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents. It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents , approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of o,ne year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness.
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project, such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer, depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda , modifications, shop drawings and samples at the
C8-8(4)
< , ...
t
\.
.., -x·
site , in good order and annotated to show all changes made during the construction
process. These shall be delivered to the Engineer upon completion of the work.
-·
. '
•,
'l
\
t ·l > ...... . .
' . .. )"' ~ /; \ . '
,
l;. ;.J
~
'" '• !
,J• ~
''· ,J'. '
' }
~ ;. ~
'·· ' ; ,;
.i'" • ! ' . , "'
' ..
C8-8(5)
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C -GENERAL CONDITIONS
A. General
B.
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
C8-8 .5 PARTIAL ESTIMATES AND RETAINAGE: Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th ·day and 20th day of each month that the work is in progress. The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed. If such
materials are included within a pay estimate, payment shall be based upon 85% of the net
voice value thereof. The Contractor will furnish the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate.
For contracts ofless than $400,000 at the time of execution, retainage shall be ten per cent
(10%). For contracts of$400,000 or more at the time of execution, retainage shall be five
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
(5) business days after receipt by Contractor of the payment by City. Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished.
It is understood that the partial pay estimates will be approximate only, and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate. Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions.
D . C3-3.11 INSURANCE: Page C3-3 (6): Delete subparagraph "g. LOCAL AGENT FOR
INSURANCE AND BONDING"
Revised
10/24/02
Pg. 1 -
E.
F.
G.
C6-6. l 2 CONTRACTOR'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect, and their
personnel at the project site for Contractor's sole negligence. In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend, at its own expense, the
Owner, its officers, servants and employees, from and against any and all claims or suits
for property loss, property damage, personal injury, including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers, agents, employees, subcontractors, licensees or invitees, whether or not any such
iniury. damage or death is caused, in whole or in part, by the negligence or alleged
negligence of Owner, its officers, servants, or employees. Contractor likewise covenants
and agrees to indemnify and hold hannJess the Owner from and against any and all injuries
to Owner's officers, servants and employees and any damage, loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of
this Contract, whether or not any such iniury or damage is caused in whole or in part
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved, or (b) provides Owner with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1 ), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows:
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered, increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lost or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents .
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories.
C3-3.11 INSURANCE: Page C3-3 (7): Add subparagraph "h. ADDITIONAL
Revised
10/24/02
Pg . 2
t
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 ma:y
consider alternative coverage or risk treatment measures through insurance pools or risk
retention groups. The City must approve in writing any alternative coverage.
h . Workers' compensation insurance policy(s) covering employees employed on the
project shall be endorsed with a waiver of subrogation providing rights of recovery in
favor of the City.
i. City shall not be responsible for the direct payment of insurance premium costs for
contractor's insurance.
j . Contractor's insurance policies shall each be endorsed to provide that such insurance is
primary protection and any self-funded or commercial coverage maintained by City shall
not be called upon to contribute to loss recovery.
k . In the course of the project, Contractor shall report, in a timely manner, to City's
officially designated contract administrator any known loss occurrence which could give
rise to a liability claim or lawsuit or which could result in a property loss.
L Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg. 3 -
H .
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents.
C8-8.4 SCOPE OF PAYMENT: Delete C8-8.4, Scope of Payment at page C8-8(1) is
deleted in its entirety and replaced with the following:
The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools, materials, and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph C5-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, ·trademarks, copyrights, or other legal reservations , and for completing the work
in an acceptable manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials, or equipment, nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects, imperfections, or damage,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
I. C8-8.10 GENERAL GUARANTY: Delete C8-8 .10, General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the following:
Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or responsibility for faulty materials or workmanship. The Contractor shall
remedy any defects or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of final
acceptance of the work unless a longer period is specified and shall furnish a good and sufficient
maintenance bond in the amount of 100 percent of the amount of the contract which shall assure
the performance of the general guaranty as above outlined. The Owner will give notice of observed
defects with reasonable promptness.
Revised
10/24/02
. .
Pg.4
;> i'
\
',
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications, it being the City's intent that
the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders, TPW contracts place the following in lieu of the
existing paragraph 2.
J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2-2 (4) exchange paragraphs C2-2.7 , C2-2.8 and C2-2.9 with the
following:
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project as
designated in the "Notice to Bidders." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P .O. Box 17027 , Fort Worth, Texas
76102.
C2-2 :8 WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration of a proposal must be made in writing , addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened .
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS : Any bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals, provided such telegraphic comm~nication is received by the Purchasing
Manager prior to the said proposal opening time, and provided further, that the City
Manager is satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight ( 48) hours after the proposal
opening time, no further consideration will be given to the proposal
K. C3-3 .7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions, dated
November 1, 1987 ; (City let projects) make the following revisions:
1. Page C3-3(3); the paragraph after paragraph C3-3.7d Other Bonds should be revised to
read:
Revised
10/24/02
Pg. 5
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law; or (2) have obtained reinsurance for
any liability in excess of $100,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proof required herein.
2. Pg. C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg. C3-3(6), Paragraph C3-3.11 INSURANCE delete subparagraph "g. LOCAL
AGENT FOR INSURANCE AND BONDING".
L. RIGHT TO AUDIT: Part C -General Conditions, Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following:
C8-8 .14 RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books, documents, papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall, until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books , documents, papers and records of such
subcontractor, involving transactions to the subcontract, and further, that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions of this article . City shall give subcontractor reasonable advance notice
of intended audits.
( c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows:
Revised
10/24/02
1. 50 copies and under -10 cents per page
Pg. 6
,.
l: ~ ~
;'-~ '-W ~~ ,...,
•••• ,f..
i,!< ~· -p-~
'' . ' '
, ..
'o\r,
.. , \ .
M .
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
SITE PREPARATION :
;' 'I
~· ' .
..
"' f;, ~ /6
The Contractor shall clear rights-of-way or easements of obstruction which must be .: ...
removed to make possible proper prosecution of the work as a part of this project
construction operations. The contractor's attention is directed to paragraph C6-6. l O work
within easements, page C6-6(4), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
. , . ;,
incurred will be considered to be included in the Linear Foot price of the pipe . · ': · · , ,._
N .
. . ,
0 .
Reference Part C -General Conditions, Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN:
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen .
2. In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures.
MINORITY /WOMEN BUSINESS ENTERPRISE COMPLIANCE: (;. .. t, ~
Reference Part C(General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
deleted in its entirety and replaced with the following:
Upon request, Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books, records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE. The
misrepresentation of facts ( other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal, state or local laws or ordinances relating
to false statements ; further, any such misrepresentation ( other than negligent
misrepresentation) and/or commission of fraud will .result in the Contractor being
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years . --~
' ' .,
Revised
10/24/02
Pg. 7 !
' -~
. '
•• . ,
,,,
:'*,: \,._ •.
,... , ': ~ ,.
,,,
.,,,,.
P.
Revised
10/24/02
Pg. 8
PART D -SPECIAL CONDITIONS
D-1 GENERAL .............................................................................................................................. 3
D-2 COORDINATION MEETING .................................................................................................. 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ........................ 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ........................................ 7
D-5 CROSSING OF EXISTING UTILITIES .................................................................................. 7
D-6 EXISTING UTILITIES AND IMPROVEMENTS ...................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................... 8
D-8 TRAFFIC CONTROL ............................................................................................................. 9
D-9 DETOURS ........................................................................................................................... 10
D-10 EXAMINATION OF SITE ................................................................................................. 10
D-11 ZONING COMPLIANCE .................................................................................................. 10
D-12 WATER FOR CONSTRUCTION ...................................................................................... 10
D-13 WASTE MATERIAL ......................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ......................................................... 10
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................... 11
D-16 BID QUANTITIES ............................................................................................................ 11
D-17 CUTTING OF CONCRETE .............................................................................................. 11
D-18 PROJECT DESIGNATION SIGN ..................................................................................... 11
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ......................................... 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL ........................................................... 12
D-21 CRUSHED LIMESTONE BACKFILL. ............................................................................... 12
D-22 2:27 CONCRETE ............................................................................................................. 13
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ............................................ 13
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .............. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................... 15
D-26 SANITARY SEWER MANHOLES .................................................................................... 16
D-27 SANITARY SEWER SERVICES ...................................................................................... 19
D-28 REMOVAL , SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES .................. 20
D-29 DETECTABLE WARNING TAPES .................................................................................. 23
D-30 PIPE CLEANING ............................................................................................................. 23
D-31 DISPOSAL OF SPOIL/FILL MATERIAL .......................................................................... 23
D-32 MECHANICS AND MATERIALMEN'S LIEN .................................................................... 23
D-33 SUBSTITUTIONS ............................................................................................................ 23
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............... 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................. 27
D-36 BYPASS PUMPING .......................................................................................................... 28
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ............. 28
D-38 SAMPLES AND QUALITY CONTROL TESTING ............................................................ 30
D-39 TEMPORARY EROSION , SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................... 31
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES ........................... 32
D-41 PROTECTION OF TREES, PLANTS AND SOIL. ............................................................ 32
D-42 SITE RESTORATION ...................................................................................................... 32
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST ................................................. 32
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ................................................ 33
D-45 CONFINED SPACE ENTRY PROGRAM ........................................................................ 38
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION ............................... 39
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ......................... 39
D-48 CONCRETE ENCASEMENT OF SEWER PIPE ............................................................. .40
D-49 CLAY DAM ....................................................................................................................... 40
D-50 EXPLORATORY EXCAVATION (D-HOLE) .................................................................... .40
02/09/2010 SC-1
PART D -SPECIAL CONDITIONS
D-51 INSTALLATION OF WATER FACILITIES ...................................................................... .40
51.1 Polyvinyl Chloride (PVC) Water Pipe ............................................................................. 40
51.2 Blocking ......................................................................................................................... 40
51.3 Type of Casing Pipe ....................................................................................................... 41
51 .4 Tie-Ins ............................................................................................................................ 41
51.5 Connection of Existing Mains ......................................................................................... 41
51.6 Valve Cut-Ins ................................................................................................................. 42
· 51. 7 Water Services ............................................................................................................... 42
51.8 2-lnch Temporary Service Line ...................................................................................... 44
51 .9 Purging and Sterilization of Water Lines ....................................................................... .45
51.10 Work Near Pressure Plane Boundaries ......................................................................... 45
51.11 Water Sample Station ..................................................................................................... 45
51.12 Ductile Iron and Gray Iron Fittings ................................................................................. 46
D-52 SPRINKLING FOR DUST CONTROL ............................................................................ .46
D-53 DEWATERING ................................................................................................................. 47
D-54 TRENCH EXCAVATION ON DEEP TRENCHES ........................................................... .47
D-55 TREE PRUNING ............................................................... , .............................................. 47
D-56 TREE REMOVAL ............................................................................................................. 48
D-57 TEST HOLES ................................................................................................................... 48
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND
NOTIFICATION OF TEMPORARY WATER SERVICE INTERRUPTION DURING
CONSTRUCTION ............................................................................................................................ 48
D-59 TRAFFIC BUTTONS ........................................................................................................ 49
D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................. .49
D-61 TEMPORARY PAVEMENT REPAIR ............................................................................... 50
D-62 CONSTRUCTION STAKES ............................................................................................. 50
D-63 EASEMENTS AND PERMITS ......................................................................................... 50
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................... 51
D-65 WAGE RATES ................................................................................................................ 51
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ....................................... 52
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ................................................................................................................................ 53
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ........................................................................................................ 55
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD .................................................... 55
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ......................................................... 56
D-71 AIR POLLUTION WATCH DAYS ......................................................................................... 56
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ............................................. 57
02/09/2010 SC-2
PART D -SPECIAL CONDITIONS
This Part D -Special Conditions is complimentary to Part C - General Conditions and Part C1 -
Supplementary Conditions to Part C of the Contract. Anything contained in this Part D that is
additive to any provision in Part C -General Conditions and part C1 -Supplementary Conditions
to Part C of the Contract are to be read together. Any conflict between Part C -General
Conditions and Part C1 -Supplementary Conditions of the Contract and this Part D, Part D shall
control.
FOR : EASTERN HILLS STORM SYSTEM IMPROVEMENTS PHASE 1
MULTI-USE STORM WATER DETENTION BASIN
FORT WORTH , TEXAS
CITY PROJECT NO. 01363
0-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily, follow
the guidelines listed below:
1. Plans
2. Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both , for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General Contract
Documents and General Specifications, with latest revisions , are made a part of the General
Contract Documents for this project. The Plans, these Special Contract Documents and the rules ,
regulations , requirements , instructions, drawings or details referred to by manufacturers name , or
identification include therein as specifying, referring or implying product control, performance,
quality, or other shall be binding upon the contractor. The specifications and drawings shall be
considered cooperat ive ; therefore , work or material called for by one and not shown or mentioned
in the other shall be accomplished or furnished in a faithful manner as though required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications , which general
specifications shall govern performance of all such work .
This contract and project, where applicable, may also be governed by the two following published
specifications , except as modified by these Special Provisions :
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
02/09/2010 SC-3
PART D -SPECIAL CONDITIONS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents.
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth, Texas
76102 . The specifications applicable to each pay item are indicated by the call-out for the pay item
by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
· rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL :
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security, to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place . The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division, PO Box 17027, Fort Worth, Texas 76102.
B. WITHDRAWING PROPOSALS: Proposals actually filed with the Purchasing Manager cannot
be withdrawn prior to the time set for opening proposals. A request for non-consideration of a
proposal must be made in writing, addressed to the City Manager, and filed with him prior to
the time set for the opening of proposals. After all proposals not requested for non-
consideration are opened and publicly read aloud, the proposals for which non-consideration
requests have been properly filed may, at the option of the Owner, be returned unopened.
C. TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify his proposal by
telegraphic communication at any time prior to the time set for opening proposals , provided
such telegraphic communication is received by the Purchasing Manager prior to the said
proposal opening time, and provided further, that the City Manager is satisfied that a written
and duly authenticated confirmation of such telegraphic communication over the signature of
the bidder was mailed prior to the proposal opening time. If such confirmation is not received
within forty-eight (48) hours after the proposal opening time, no further consideration will be
given to the proposal.
02/09/2010 SC-4
PART D -SPECIAL CONDITIONS
D-2 COORDINATION MEETING
For coordination purposes, weekly meetings at the job site may be required to maintain the project
on the desired schedule. The contractor shall be present at all meetings.
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions :
1. Certification of coverage ("certificate"). A copy of a certificate of insurance , a certificate of
authority to self-insure issued by the commission , or a coverage agreement (TWCC-81,
TWCC-82 , TWCC-83 , or TWCC-84), showing statutory workers' compensation insurance
coverage for the person's or entity's employees providing services on a project, for the
duration of the project.
2 . Duration of the project -includes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
3. Persons providing services on the project ("subcontractor" in §406.096)-includes all
persons or entities performing all or part of the services the contractor has undertaken to
perform on the project , regardless of whether that person contracted directly with the
contractor and regardless of whether that person has employees. This includes , without
limitation, independent contractors, subcontractors, leasing companies , motor carriers ,
owner operators, employees of any such entity, or employees of any entity which furnishes
persons to provide services on the project. "Services" include, without limitation, providing,
hauling, or delivering equipment or materials, or providing labor, transportation, or other
services related to a project. "Services" does not include activities unrelated to the project,
such as food/beverage vendors, office supply deliveries, and delivery of portable toilets.
B. The Contractor shall provide coverage, based on proper reporting of classification codes and
payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code , Section 401.011 (44) or all employees of the Contractor
providing services on the project, for the duration of the project.
C. The Contractor must provide a certificate of coverage to the governmental entity prior to being
awarded the contract.
D. If the coverage period shown on the contractor's current certificate of coverage ends during the
duration of the project, the contractor must, prior to the end of the coverage period, file a new
certificate of coverage with the governmental entity showing that coverage has been extended.
E. The Contractor shall obtain from each person providing services on a project, and provide the
governmental entity:
1. A certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
02/09/2010 SC-5
PART D -SPECIAL CONDITIONS
2. No later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage , if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
F . The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter.
G. The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or should have known, of any change
that materially affects the provision of coverage of any person providing services on the project.
H . The contractor shall post on each project site a notice, in the text , form and manner prescribed
by the Texas Worker's Compensation Commission , informing all persons providing services on
the project that they are required to be covered , and stating_ how a person may verify coverage
and report lack of coverage .
I. The contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
1. Provide coverage , based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
Labor Code , Section 401.011 (44) for all of its employees providing services on the project,
for the duration of the project;
2. Provide to the Contractor, prior to that person beginning work on the project, a certificate of
coverage showing that coverage is being provided for all employees of the person providing
services on the project, for the duration of the project ;
3. Provide the Contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage , if the coverage period shown on the current
certificate of coverage ends during the duration of the project ;
4 . Obtain from each other person with whom it contracts , and provide to the Contractor:
a.) A certificate of coverage , prior to the other person beginning work on the project; and
b.) A new certificate of coverage showing extension of coverage, prior to the end of the
coverage period, if the coverage period shown on the current certificate of coverage
ends during the duration of the project.
5. Retain all required certificates of coverage on file for the duration of the project and for one
year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten (10)
days after the person knew or should have known , of any change that materially affects the
provision of coverage of any person providing services on the project; and
7. Contractually require each person with whom it contracts, to perform as required by
paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom
they are providing se 1;1 ices .
02/09/201 0 SC-6
PART D -SPECIAL CONDITIONS
8. By signing this contract or providing or causing to be provided a certificate of coverage , the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed with
the appropriate insurance carrier or, in the case of a self-insured , with the commission's
Division of Self-Insurance Regulation . Providing false or misleading information may
subject the contractor to administrative, criminal, civil penalties or other civil actions .
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach from
the governmental entity.
J. The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage . This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's
Compensation Commission rules. This notice must be printed with a title in at least 30 point
bold type and text in at least 19 point normal type, and shall be in both English and Spanish
and any other language common to the worker population . The text for the notices shall be the
following text , without any additional words or changes :
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling , or delivering equipment or materials , or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate, for a period of time,
existing lines. The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines.
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
constructed of ductile iron pipe. The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping. The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill ,
02/09/2010 SC-7
PART D -SPECIAL CONDITIONS
fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the
cost of which shall be included in the price bid in the Proposal for each bid item.
0-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the Owner
assumes no responsibility for failure to show any or all of these structures on the Plans, or to show
them in their exact location . It is mutually agreed that such failure shall not be considered sufficient
basis for claims for additional compensation for extra work or for increasing the pay quantities in
any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines , or other property exposed by his construction operations. Contractor shall make all
necessary provisions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles, gas lines , telephone cables , utility
services, water mains , sanitary sewer lines, electrical cables, drainage pipes , and all other utilities
and structures both above and below ground during construction. It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction . The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be included
in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL BE
ALLOWED .
Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction , or better,
unless ot herwise shown or noted on the plans , at his own cost and expense. The Contractor shall
immediately notify the Owner of the damaged utility or service line . He shall cooperate with the
Owners of all utilities to locate existing underground facilities and notify the Engineer of any
conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the
plans as the best information available at the time of design, from the owners of the utilities
involved and from evidences found on the ground.
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES
It is apparent lhal certain cu11slrucliu11 vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
line and the existing lines from these possibly excessive loads . The Contractor shall not, at any
time , cross the existing or new pipe with a truck delivering new pipe to the site . Any damage to the
exist ing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City.
02/09/2010 SC-8
PART D -SPECIAL CONDITIONS
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed. It still is , however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
construction operation .
0-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the
"Street Use Permit" a traffic control plan is required . The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701d Vernon's Civil Statutes, pertinent sections being Section Nos.
27, 29, 30 and 31 .
Unless otherwise included as part of the Construction documents, the Contractor shall submit a
traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P.E.) in
the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the
preconstruction conference. The P.E. preparing the traffic control plan may utilize standard traffic
reroute configurations posted as "Typicals" on the City 's Buzzsaw website. Although work will not
begin until the traffic control plan has been reviewed and approved , the Contractor's time will begin
in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the
Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign or other
sign, which has been erected by the City. If it is determined that a sign must be removed to permit
required construction , the Contractor shall contact the Transportation and Public Works
Department , Signs and Markings Division , (Phone Number 817-392-7738) to remove the sign. In
the case of regulatory signs , the Contractor must replace the permanent sign with a temporary sign
meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign . If the temporary sign is not installed correctly
or if it does not meet the required specifications , the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."
The lump sum pay item for traffic control shall cover design and / or installation, and maintenance
of the traffic control plan.
0210912010 SC-9
PART D -SPECIAL CONDITIONS
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area.
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give., rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
D-12 WATER FOR CONSTRUCTION
The Contractor at his own .expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed.
No more than seven days shall elapse after completion of construction before the roadway, right-
of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make a
02/09/2010 SC-10
PART D -SPECIAL CONDITIONS
final cleanup of all parts of the work before acceptance by the City of Fort Worth or its
representative . This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance. The City of Fort Worth shall give final acceptance of the
completed project work.
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches, painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks , power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus .
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES."
2 . Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links
on the lift hook connections.
3. When necessary to work within six feet of high voltage electric lines, notification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers, de-
energize the lines, or raise or lower the lines. The work done by the power company shall
not be at the expense of the City of Fort Worth. The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case.
4 . The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D-16 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4 .3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
D-17 CUTTING OF CONCRETE
When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be
subsidiary to the unit cost of the respective item .
D-18 PROJECT DESIGNATION SIGN
02/09/2010 SC-11
PART D -SPECIAL CONDITIONS
Project signs are required at all locations. It shall be in accordance with the attached Figure 30
(dated 9-18-96). The signs may be mounted on skids or posts. The Engineer shall approve the
exact locations and methods of mounting. In addition to the 4' x 8' project signs, project signs shall
be attached to barricades used where manhole rehabilitation or replacement is being conducted.
Signs suspended from barricading shall be placed in such a way that signs do not interfere with
reflective paint or coloring on the barricades . Barricade signs shall be in accordance with Figure
30, except that they shall be 1 '-0" by 2'-0" in size . The information box shall have the following
information :
For Questions on this Project Call :
(817) 392-8306 M-F 7:30 am to 4:30 p.m .
or
(817) 392-8300 Nights and Weekends
Any and all cost for the required materials, labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed.
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT
At locations in the project where mains are required to be placed under existing sidewalks and/or
driveways, such sidewalks and/or driveways shall be completely replaced for the full -existing width,
between existing construction or expans ion joints with 3000 psi concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for -Construction, Item 504 .
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification for
Construction, Item 502 .
Payment for cutting , backfill, concrete, forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair.
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL
Material has been allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by the
Engineer, depending on field conditions . Payment for miscellaneous placement of material will be
made for only that amount of material used, measured to the nearest one-tenth unit. Payment for
miscellaneous placement of material shall be in accordance with the General Contract Documents
regardless of the actual amount used for the project.
D-21 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item
208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill , Construction Specifications , General Contract Documents.
02/09/2010 SC-12
PART D -SPECIAL CONDITIONS
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials, Construction Specifications, and General Contract Documents .
D-22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts Figures STR-028,STR-029 and STR-031refer to using 2:27 Concrete as base repair.
Since this call-out includes the word "concrete", the consistent interpretation of the Transportation
and Public Works Department is that this ratio specifies two (2) sacks of cement per cubic yard of
concrete.
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots, driveways, gravel surfaced roads, within
easements, and within existing orfuture R.O.W. shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein .
1. TRENCH EXCAVATION: In accordance with Section E2 -2 Excavation and Backfill, if the stated
maximum trench widths are exceeded, either through accident or otherwise, and if the Engineer
determines that the design loadings of the pipe will be exceeded, the Contractor will be required to
support the pipe with an improved trench bottom . The expense of such remedial measures shall
be entirely the Contractor's own . All trenching operations shall be confined to the width of
permanent rights-of-way, permanent easements, and any temporary construction easements . All
excavation shall be in strict compliance with the Trench Safety Systems Special Condition of this
document.
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P. I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth of
the various test holes . If excavated material is obviously granular in nature, containing little or no
plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D"
Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material
is not suitable, Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general, all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces, lumps of
clay, soil, loam or vegetable matter and shall meet the following gradation:
02/09/2010 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P.I. = 10 or less
Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
All other provisions of this section shall remain the same.
3. TRENCH COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S.T.M . 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4 % of its optimum moisture content.
The City, at its own expense, will perform trench compaction tests per A.S .T.M. standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to meet
the standards will be at the expense of the Contractor and will be billed at the commercial rates as
determined by the City. These soil density tests shall be performed at two (2) foot vertical intervals
beginning at a level two (2) feet above the top of the installed pipe and continuing to the top of the
completed backfill at intervals along the trench not to exceed 300 linear feet. The Contractor will
be responsible for providing access and trench safety system to the level of trench backfill to be
tested. No extra compensation will be allowed for exposing the backfill layer to be tested or
providing trench safety system for tests conducted by the City.
4. MEASUREMENT AND PAYMENT: All material, with the exception of Type "B" backfill, and
labor costs of excavation and backfill will be included in the price bid per linear foot of water and
sewer pipe.
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS
The unit price bid under the appropriate bid item of the proposal shall cover all cost for providing
pavement repair equal to or superior in composition, thickness, etc., to existing pavement as
detailed in the Public Works Department typical sections for Pavement and Trench Repair for
Utility Cuts, Figures STR-028 through STR-031.
The results of the street cores that were conducted on the project streets, to determine HMAC
depths on existing streets, are provided in these specifications and contract documents.
02/09/2010 SC-14
-
PART D -SPECIAL CONDITIONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both sides
of the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be
backfilled and the top nine (9) inches shall be filled with required materials as shown on paving
details, compacted and level with the finished street surface . This finished grade shall be
maintained in a serviceable condition until the paving has been replaced. All residential driveways
shall be accessible at night and over weekends.
It has been determined by the Transportation and Public Works Department that the strip of
existing HMAC pavement between the existing gutter and the edge of the trench pavement repair
will not hold up if such strip of existing pavement is two (2) feet or less in width.
Therefore , at the locations in the project where the trench wall is three (3) feet or less from the lip
of the existing gutter, the Contractor shall be required to remove the existing paving to such gutter.
The pavement repair shall then be made from a minimum distance of twelve ( 12) inches outside
the trench wall nearest the center of the street to the gutter line .
The pavement shall be replaced within a maximum of five (5) working days, providing job
placement conditions will permit repaving . If paving conditions are not suitable for repaving, in the
opinion of the Owner, the repaving shall be done at the earliest possible date.
A permit must be obtained from the Construction Services Section by the Contractor in
conformance with Ordinance No. 3449 and/or Ordinance No. 792 to make utility cuts in the street.
The Construction Services section will inspect the paving repair after construction. This permit
requirement may be waived if work is being done under a Performance Bond and inspected by the
Construction Services section.
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS)
A . GENERAL : This specification covers the trench safety requirements for all trench excavations
exceeding depth of five (5) feet in order to protect workers from cave-ins . The requirements of
th is item govern all trenches for mains, manholes, vaults , service lines, and all other
appurtenances. The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS : The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration Standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety.
C. DEFINITIONS :
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen (15) feet.
2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical surfaces between
levels.
02/09/2010 SC-15
PART D -SPECIAL CONDITIONS
3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation.
4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or
"trench shields ". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure. Shields can be permanent structures
or can be designed to be portable and move along as the work progresses. Shields can be
either pre-manufactured or job-built in accordance with OSHA standards.
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins . Shoring systems are generally comprised of cross-braces, vertical rails , (uprights),
horizontal rails (wales) and/or sheeting.
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation. The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools,
materials, equipment and incidentals necessary for the installation and removal of trench safety
systems.
D-26 SANITARY SEWER MANHOLES
A . GENERAL: The installation , replacement, and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans, and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E1-14 Materials for Sanitary Sewer Manholes , Valve Vaults , Etc ., and
E2-14 Vault and Manhole Construction of the General Contract Documents and Specifications,
unless amended or superseded by requirements of this Special Condition . For new sewer line
installations, the Contractor shall temporarily plug all lines at every open manhole under
construction in order to keep debris out of the dry sewer lines . The plugs shall not be removed
until the applicab le manhole complete with cone section has been constructed and the lid
installed to keep out debris as a result of additional construction.
1. CONCRETE COLLARS : Concrete collars will be requ ired on all manholes specified as per
COFW Standard Detail SAN-009 .
2 . DELETED
3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug. The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands
shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the
surrounding ground. Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) feet each direction to existing finish grade of the ground . The
grade of all surfaces shall be checked for proper slope and grade by string lining the entire
area regarded near the manhole .
02/09/2010 SC-16
-
-
PART D -SPECIAL CONDITIONS
Manholes in open fields, unimproved land, or drainage courses shall be at an elevation
shown on the drawings or minimum of 6 inches above grade .
5. MANHOLE COVERS: All lids shall have pick slots in lieu of pick holes. Manhole frames
and covers shall be PAMREX , or approved equal, with 30-inch clear opening. Covers shall
set flush with the rim of the frame and shall have no larger than 1/8-inch gap between the
frame and cover. Bearing surfaces shall be machine finished. Locking manhole lids and
frames will be restricted to locations within the 100-year floodplain and areas specifically
designated on the plans .
6. SHALLOW CONE MANHOLES: Shallow manhole construction will be used when manhole
depth is four (4) feet or less. All shallow cone manholes shall be built in accordance with
Figure 105. All shallow cone manholes ?hall have a cast iron lid and frame with pick slots.
NOTE : MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED.
7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole .
8. EXTERIOR SURFACE COATING : Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol ," or equal to , a minimum or 14 mils dry film thickness.
9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal,
Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by the
manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation , or
any other chemical action for either its adhesive properties or cohesive strength. The Joint
sealer shall remain totally flexible without shrinking , harden ing, or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years.
B. EXECUTION:
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and manhole frame
shall be sealed with the above-specified materials. All surfaces to be in contact with the
joint sealant shall be thoroughly cleaned of dirt, sand , mud , or other foreign matter. The
manufacturer shall apply a primer to all surfaces prior to installing the joint sealant in
accordance with the recommendations. The protective wrapper shall remain on the joint
sealant until immediately prior to the placement of the pipe in the trench. After removal of
the protective wrapper, the joint sealant shall be kept clean . Install frames and cover over
manhole opening with the bottom of the rings resting on Bitumastic joint sealer. Frames
and grade rings shall rest on two (2) rows (inside and outside) of Bitumastic joint sealer.
02/09/2010 SC-17
PART D -SPECIAL CONDITIONS
2. SEALING AND/OR ADJUSTING EXISTING MANHOLES : Excavate (rectangular full depth
saw cut if in pavement) adjacent to the manhole to expose the entire manhole frame and a
minimum of 6 inches of the manhole wall keeping the sides of the trench nearly vertical.
Remove manhole frame from the manhole structure and observe the condition of the frame
and grade rings. Any frame or grade ring that is not suitable for use as determined by the
Engineer shall be replaced. Grade rings that are constructed of brick, block materials other
than pre-cast concrete rings, or where necessary and approved by the Engineer, shall be
replaced with a pre-cast flattop section. Pre -cast concrete rings, or a pre-cast concrete
flattop section will be the only adjustments allowed.
In brick or block manholes, replace the upper portion of the manhole to a point 24 inches
below the frame . If the walls or cone section below this level are structurally unsound,
notify the Engineer prior to replacement of the grade rings and manhole _frame. Existing
brickwork, if damaged by the Contractor, shall be replaced at the Contractor's expense.
Wire brush manhole frame and exposed manhole surfaces to remove dirt and loose debris.
Coat exposed manhole surfaces with an approved bonding agent followed by an
application of quick setting hydraulic cement to provide a smooth working surface.
If the inside diameter of the manhole is too large to safely support new adjustment rings or
frames, a flat top section shall be installed.
Joint surfaces between the frames , adjustment rings , and cone section shall be free of dirt,
stones, debris and voids to ensure a watertight seal. Place flexible gasket joint material
along the inside and outside edge of each joint, or use trowelable material in lieu of pre-
formed gasket material. Position the butt joint of each length of joint material on opposite
sides of the manhole. No steel shims, wood , stones, or any material not specifically
accepted by the Engineer may be used to obtain final surface elevation of the manhole
frame .
In paved areas or future paved areas, castings shall be installed by using a straight edge
not less than ten (10) feet long so that the top of the casting will conform to the slope and
finish elevation of the paved surface. The top of the casting shall be 1/8 inch below the
finished elevation. Allowances for the compression of the joint material shall be made to
assure a proper final grade elevation.
3. EXPOSED EXTERIOR SURFACES: All exposed exterior surfaces shall be coated with two
mop coats of coal tar epoxy. Kopper "Bitumastic Super Service Black"; Tnemec "46-450
Heavy Tnemecol", or equal, to a minimum of 14 mils dry film thickness.
4. The exterior surface of all pre-cast section joints shall be thoroughly cleaned with a wire
brush and then waterproofed with a 1/2-inch thick coat of trowelable bitumastic joint sealant
from 6-inches below to 6-inches above the joint. The coated joint shall then be wrapped
with 6 mil plastic to protect the sealant from damage during backfilling.
C. MEASUREMENT AND PAYMENT: The price bid for new manhole installations shall include all
labor, equipment, and materials necessary for construction of the manhole including , but not
limited to, joint sealing, lift hole sealing and exterior surface coating. Payment shall not include
pavement replacement, which if required, shall be paid separately .
02109/2010 SC-18
-
-
PART D -SPECIAL CONDITIONS
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole, including, but not limited to, excavation,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating.
Payment shall not include pavement replacement, which if required , shall be paid separately.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole , including but not
limited to, joint sealing, lift hole sealing, and exterior surface coating.
Payment for concrete collars will be made per each . Payment for manhole inserts will be made
per each.
0-27 SANITARY SEWER SERVICES
Any reconnection, relocation, re-routes , replacement, or new sanitary sewer service shall be
required as shown on the plans, and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Engineer as active sewer taps. The
service connections shall be constructed by the Contractor utilizing standard factory manufactured
tees . City approved factory manufactured saddle taps may be used , but only as directed by the
Engineer. The decision to use saddle taps as opposed to tees shall be made on a case -by-case
basis . The Contractor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner. A
minimum of 24 hours advance notice shall be given when taps will be required. Severed service
connections shall be maintained as specified in section C6-6.15.
D. SEWER SERVICE RECONNECTION : When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap . The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees . The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications, all san itary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four ( 4) feet of service line which is included in the price bid for Sanitary
Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet of
service line and all other associated appurtenances required shall be included in the price bid
for Sanitary Sewer Taps .
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer as
required for the connection of the sewer service line . If the sewer service line is in such
cond ition or adjustment necessitates the replacement of the sewer service line, all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-routing , whether on public
or private property, the City shall provide line and grade for the sewer service lines as shown
on the project plans. Prior to installing the appl icable sewer main or lateral and the necessary
service lines , the Contractor shall verify (by de-holing at the building clean-out) the elevations
(shown on the plans) at the building clean-out and compare the data with the elevation at the
02/09/2010 SC-19
PART D -SPECIAL CONDITIONS
proposed connection point on the sewer main , in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also
be verified at all bend locations on the service re-route . All applicable sewer mains , laterals
and affected service lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
min i mum slope is not satisfied. If the Contractor determines that a different alignment for the re-
route is more beneficial than shown on the plans, the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied. Prior to backfilling, the Contractor shpll double check the grade of the installed
serv ice line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its sole expense , shall be required to uncover any
sewer service for which no grade verification has been submitted . All re -routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
expense. The Contractor shall ensure that the service line is backfilled and compacted in
acco rdance with the City Plumbing Code . Connection to the existing sewer service line shall
be made with appropriate adapter fittings . The fitting shall be a urethane or neop rene coupling
A .S.T.M. C-425 with series 300 stainless steel compression straps. The Contractor shall
remove the existing clean-out and plug the abandoned sewer service line .
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property. Furthermore, the contractor shall utilize the services of
a licensed plumber for all service line work on private property. Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer re-
route .
Payment for work and materials such as backfill, removal of existing clean-outs, plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings, surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear foot
price bid for sanitary sewer service line replacement on private property or public right of way.
Payment for all work and material involving the "tap " shall be included in the price bid for
san itary sewer service taps .
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans, and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1.5 Salvaging of Material and E2-2. 7 Removing Pipe, of the General Contract
Documents and Specifications , unless amended or superseded by requirements of this Special
Condition.
02/09/2010 SC-20
-
PART D -SPECIAL CONDITIONS
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and meter
box shall be removed and returned to the Water Department warehouse by the Contractor in
accordance with Section E2-1 .5 Salvaging of Materials.
B. SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
warehouse by the Contractor in accordance with Section E2-1.5 Salvaging of Materials. The
concrete vault shall be demolished in place to a point not less than 18 inches below final grade.
The concrete vault shall then be backfilled and compacted in accordance with backfill method
as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable excavated material
approved by the Engineer. Surface restoration shall be compatible with existing surrounding
surface and grade.
C. SALVAGE OF EXISTING FIRE HYDRANTS: Existing fire hydrants shall be removed and
returned to the Water Department warehouse by the Contractor in accordance with Section
E2-1.5 Salvaging of Materials . The void shall be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
existing surrounding surface and grade.
D. SALVAGE OF EXISTING GATE VALVE : Existing gate valve and valve box and lid shall be
removed and returned to the Water Department warehouse by the Contractor in accordance
with Section E2-1.5 Salvaging of Materials. The void area caused by the valve removal shall
be backfilled and compacted in accordance with backfill method as specified in Section E2-2.9
Backfill. Backfill material shall be suitable excavated material approved by the Engineer.
Surface restoration shall be compatible with existing surrounding surface and grade. If the
valve is in a concrete vault, the vault shall be demolished in place to a point no less than 18"
below final grade.
E. ABANDONMENT OF EXISTING GATE VALVE : Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade.
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final grade.
The void area caused shall then be backfilled and compacted in accordance with backfill
method as specified in Section E2-2.9 Backfill. Backfill material shall be suitable excavated
material approved by the Engineer. Surface restoration shall be compatible with the existing
surrounding grade.
G. ABANDONMENT OF MANHOLES: Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete. Manhole top or cone section shall
be removed to the top of the full barrel diameter section, or to point not less than 18 inches
below final grade. The structure shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either clean
washed sand of clean, suitable excavated material approved by the Engineer. Surface
restoration shall be compatible with surrounding service surface. Payment for work involved in
backfilling , plugging of pipe(s) and all other appurtenances required, shall be included in the
appropriate bid item -Abandon Existing Sewer Manhole .
02/09/2010 SC-21
PART D -SPECIAL CONDITIONS
H. REMOVAL OF MANHOLES: Manholes to be removed shall have all pipes entering or exiting
the structure disconnected. The complete manhole, including top or cone section, all full barrel
diameter section, and base section shall be removed . The excavation shall then be backfilled
and compacted in accordance with backfill method as specified in Section E2-2.9 Backfill.
Backfill material may be with Type C Backfill or Type B Backfill, as approved by the Engineer.
Surface restoration shall be compatible with surrounding surface.
I. CUTTING AND PLUGGING EXISTING MAINS : At various locations on this project, it may be
required to cut, plug, and block existing water mains/services or sanitary sewer mains/services
in order to abandon these lines . Cutting and plugging existing mains and/or services shall be
considered as incidental and all costs incurred will be considered to be included in the linear
foot bid price of the pipe, unless separate trenching is required .
J. REMOVAL OF EXtSTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard.
C. PAYMENT: Payment for all work and material involved in salvaging , abandoning and/or
removing existing facilities shall be included in the linear foot bid price of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location.
Payment will be made for salvaging, abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main, the Contractor shall be
responsible for TV inspection of 100% of the existing sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main.
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
02/09/2010 SC-22
-
PART D -SPECIAL CONDITIONS
D-29 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems, Inc. or approved equal,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective inert
plastic jacket that is impervious to all known alkalis, acids, chemical reagents and solvents found in
the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall not be
less than two inches with a minimum unit weight of 2Yz pounds/1 inch/100'. The tape shall be color
coded and imprinted with the message as follows:
Type of Utility Color Code
Water Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is pract ical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe. Payment for work such as backfill, bedding , blocking, detectable
tapes , and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall
be swept daily and kept clean during installation . A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage.
D-31 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No. 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall be
evidenced by a letter signed by the Administrator stating that the s ite is not in a known flood plain
or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated with
obtaining the fill permit , including any necessary Engineering studies, shall be at the Contractor's
expense. In the event that the Contractor disposes of spoil/fill material at a site without a fill permit
or a letter from the administrator approving the disposal site, Contractor shall remove the spoil/fill
material at his expense and dispose of such materials in accordance with the Ordinances of the
City and this section.
D-32 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechanics and material men 's liens upon
receipt of payment.
D-33 SUBSTITUTIONS
02/09/2010 SC-23
PART D -SPECIAL CONDITIONS
The specifications for materials set out the minimum standard of quality, which the City believes
necessary to procure a satisfactory project. No substitutions will be permitted until the Contractor
has received written permission of the Engineer to make a substitution for the material, which has
been specified. Where the term "or equal", or "or approved equal" is used, it is understood that if a
material, product, or piece of equipment bearing the name so used is furnished, it will be
approvable, as the particular trade name was used for the purpose of establishing a standard of
quality acceptable to the City. If a product of any other name is proposed for use, the Engineer's
approval thereof must be obtained before the Contractor procures the proposed substitute. Where
the term "or equal", or "or approved equal" is not used in the specifications, this does not
necessarily exclude alternative items or material or equipment which may accomplish the intended
purpose. However, the Contractor shall have the full responsibility of proving that the proposed
substitution is, in fact, equal, and the Engineer, as the representative of the City, shall be the sole
judge of the acceptability of substitutions. The provisions of this sub-section as related to
"substitutions" shall be applicable to all sections of these specifications.
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: Prior to the reconstruction, ALL sections of existing sanitary sewer lines to be
abandoned, removed (except where being replaced in the same location), or rehabilitated (pipe
enlargement, cured-in-place pipe, fold and form pipe, slip-line, etc.), shall be cleaned, and a
telev ision inspection performed to identify any active sewer service taps, other sewer laterals
and their location. Work shall consist of furnishing all labor, material, and equipment necessary
for the cleaning and inspection of the sewer lines by means of closed circuit television.
Satisfactory precautions shall be taken to protect the sewer lines from damage that might be
inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation. The equipment shall
also have a selection of two or more high-velocity nozzles. The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned. Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to a
solid stream . The equipment shall carry its own water tank , auxiliary engines, pumps, and
hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the· outer periphery to ensure removal of grease . If sewer cleaning balls or
other equipment, which cannot be collapsed, is used , special precautions to prevent
flooding of the sewers and public or private property shall be taken . The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2. CLEANING PROCEDURES: The designated sewer manholes shall be cleaned using high-
velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks,
sand , and other materials and obstructions from the sewer lines and manholes. If cleaning
of an entire section cannot be successfully performed from one manhole, the equipment
shall be set up on the other manhole and cleaning again attempted . If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section , it
will be assumed that a major blockage exists, and the cleaning effort shall be abandoned.
02/09/2010 SC-24
PART D -SPECIAL CONDITIONS
When additional quantities of water from fire hydrants are necessary to avoid delay in
normal working procedures, the water shall be conserved and not used unnecessarily. No
fire hydrant shall be obstructed in case of a fire in the area served by the hydrant. Before
using any water from the City Water Distribution System , the Contractor shall apply for and
receive permission from the Water Department. The Contractor shall be responsible for the
water meter and related charges for the setup , including the water usage bill. All expenses
shall be considered incidental to cleaning.
3. DEBRIS REMOVAL AND DISPOSAL: All sludge, dirt , sand, rock, grease , and other solid
or semisolid material resulting from the cleaning operation shall be removed at the
downstream manhole of the section being cleaned. Passing material from manhole section
to manhole section, which could cause line stoppages, accumulations of sand in wet wells,
or damage pumping equipment, shall not be permitted.
4 . All solids or semisolid resulting from the cleaning operations shall be removed from the site
and disposed of at a site designated by the Engineer. All materials shall be removed from
the site no less often than at the end of each workday and disposed of at no additional cost
to the City .
5. UNDER NO CIRCUMSTANCE SHALL SEWAGE OR SOLIDS REMOVED THEREFROM
BE DUMPED ONTO STREETS OR INTO DITCHES, CATCH BASINS, STORM DRAINS
OR SANITARY SEWER MANHOLES.
6 . TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection
shall be one specifically designed and constructed for such inspection. Lighting for the
camera shall be suitable to allow a clear pictu re of the entire periphery of the pipe. The
camera shall be operative in 100% hum idity conditions. The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
B. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction
at a moderate rate, stopping when necessary to permit proper documentation of any sewer
service taps . In no case will the television camera be pulled at a speed greater than 30 feet
per minute . Manual winches, power winches, TV cable , and powered rewinds or other
devices that do not obstruct the camera view or interfere with proper documentation shall
be used to move the camera through the sewer line .
When manually operated winches are used to pull the television camera through the line ,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized. All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable , or the
like, which would require interpolation for depth of manhole , will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
02109/2010 SC-25
PART D -SPECIAL CONDITIONS
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera, under all
circumstances, when it becomes lodged during inspection, shall be incidental to Television
inspection .
2. DOCUMENTATION : Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection . In addition, other points of significance
such as locations of unusual conditions, roots , storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded , and a
copy of such records will be supplied to the City.
3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes. The
Engineer will return tapes to the Contractor upon completion of review . Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections, the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City. If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made .
Also , no payment shall be made for portions of lines not televised or port ions where
manholes cannot be negotiated with the television camera.
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected. The Engineer will return tapes to the Contractor upon completion of
review .
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS: The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal, transportation and disposal of sand
and debris from the sewers to a legal dump site.
02/09/2010 SC-26
PART D -SPECIAL CONDITIONS
Television inspection shall include necessary cleaning {hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion of
a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall be
incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera .. The methods used for securing passage of the camera are to be at the
option of the Contractor , and the costs must be included in the bid price for TV Inspections .
The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged during
inspection , shall be incidental to TV Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL: This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes .
B. EXECUTION:
1. TEST PROCEDURE : Manholes shall be vacuum tested prior to any interior grouting with
all connections in place . Lift holes shall be plugged, and all drop-connections and gas
sealing connections shall be installed prior to testing .
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole. The plugs shall be installed in the lines beyond the
drop-connections , gas sealing connections, etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations . A vacuum of ten inches of mercury (10"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read
after the required test time. The required test time shall be determined from the Table I
below in accordance w ith ASTM C1244-93:
02109/2010
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) {SEC)
Depth of MH. 48-lnch Dia. 60-lnch Dia .
(FT .) Manhole Manhole
0 to 16 ' 40 sec. 52 sec.
18 ' 45 sec. 59 sec.
20' 50 sec . 65 sec.
22' 55 sec. 72 sec.
24' 59 sec. 78 sec.
SC-27
PART D -SPECIAL CONDITIONS
26'
28'
30'
For Each
Additional 2'
64 sec.
69 sec.
74 sec.
5 sec .
85 sec.
91 sec.
98 sec.
6 sec.
1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole ,
which fa i ls to pass the initial test, must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole i n order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
Following completion of a successful test, the manhole shall be restored to its normal
condition , all temporary plugs shall be removed , all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material, labor, equipment, and
all incidentals, including all bypass pumping, required to complete the test as specified herein.
D-36 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be rehabilitated
and/or replaced. The bypass shall be made by plugg i ng existing upstream manhole and pumping
the sewage into a downstream manhole or adjacent system or other method as may be approved
by the Engineer. The pump and bypass lines shall be of adequate capacity and size to handle the
flow without sewage backup occurring to facilities connected to the sewer. Provisions shall be
made at driveways and street crossings to permit sa fe vehicular travel without interrupting flow in
the bypass system. Under no circumstances will the Contractor be permitted to discharge sewage
into the trenches. Payment shall be incidental to rehabilitation or replacement of the sewer line.
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A. GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material , and equipment necessary for inspection of the
sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
8. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection. Lighting for the camera shall
be operative in 100% humidity conditions. The camera , television monitor, and other
components of the video system shall be capable of producing picture quality to the satisfaction
of the Engineer; and if unsatisfactory, equipment shall be removed and no payment will be
made for an unsatisfactory inspection .
C. EXECUTION :
02/09/2010 SC-28
-
PART D -SPECIAL CONDITIONS
1. TELEVISION INSPECTION: The camera shall be moved through the line in either direction
at a moderate rate, stopping when necessary to permit proper documentation of any sewer
service taps . In no case will the television camera be pulled at a speed greater than 30 feet
per minute. Manual winches , power winches, TV cable, and powered rewinds or other
devices that do not obstruct the camera view or interfere with proper documentation shall
be used to move the camera through the sewer line. No more than 2000 linear feet of pipe
will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line ,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew .
The importance of accurate distance measurements is emphasized . All television
inspection video tapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape , or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection.
Sanitary sewer mains must be laced with enough water to fill all low pints . The television
inspection must be done immediately following the lacing of the main with no water flow. If
sewer is active, flow must be restricted to provide a clear image of sewer being inspected.
2. DOCUMENTATION : Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service tap observed during inspection. All television logs shall be referenced to
stationing as shown on the plans. A copy of these television logs will be supplied to the
City.
3. PHOTOGRAPHS: Instant developing, 35 mm , or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4 . VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and
audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days. Equipment shall be provided to the
City by the Contractor for review of the tapes. Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
02/09/2010 SC-29
PART D -SPECIAL CONDITIONS
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections, the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made. Also, no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWERS :
The cost for post-construction Television Inspection of sanitary sewers shall be per linear foot
of sewer televised . The Contractor shall provide the Engineer with tapes of a quality that the
particular piece of sewer can be readily evaluated as to sewer conditions and for providing
appropriate means for review of the tapes by the Eng ineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis. The quantity of TV inspection shall be
measured as the total length of new pipe installed. All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shall furnish, at its own expense, ·certifications by a private laboratory for all
materials proposed to be used on the project, including a mix design for any asphaltic and/or
Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken . The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto.
8 . 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 wh ich are to be
used later in the concrete. The Contractor shall provide a certified copy of the test results to
the City.
C. Quality control testing of in-place material on this project will be performed by the city at its own
expense . Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the City . The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
D. Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requiring testing. The Contractor shall provide access and trench safety system (if required) for
the site to be tested, and any work effort involved is deemed to be included in the unit price for
the item being tested.
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to the
job site . The ticket shall specify the name of the pit supplying the fill material.
02/09/2010 SC-30
PART D -SPECIAL CONDITIONS
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations. The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting,
temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards,
dikes , slope drains and other devices.
B. CONSTRUCTION REQUIREMENTS : The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible-earth material exposed by preparing right-
of-way , clearing and grubbing, the surface area of erodible-earth material exposed by
excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control
measures to prevent contamination of adjacent streams, other water courses , lakes, ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms , d ikes, dams, sediment basins, slope drains and use of temporary mulches, mats ,
seeding , or other control devices or methods d i rected by the Engineer as necessary to control
soil erosion. Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution control
features, but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way , clearing and grubbing, excavation and borrow to be
proportional to the CONTRACTOR 'S capability and progress in keeping the finish grading ,
mulching, seeding, and other such permanent pollution-control measures current in
accordance with the accepted schedule . Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
Eng ineer.
2. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams.
3. Frequent fordings of live streams will not be permitted; therefore, temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams .
4. When work areas or material sources are located in or adjacent to live streams, such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flow ing stream. Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream.
5. All waterways shall be cleared as soon as practicable of false work, piling, debris or other
obstructions placed during construction operations that are not a part of the finished work.
6 . The Contractor shall take sufficient precautions to prevent pollution of streams , lakes and
reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams, lakes
and reservoirs and to avoid interference with movement of migratory fish.
02/09/2010 SC-31
PART D -SPECIAL CONDITIONS
C. MEASUREMENT AND PAYMENT: All work, materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this work.
0-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construction
and adjacent property when construction is not in progress and at night. Drives shall be left
accessible at night, on weekends, and during holidays . The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction.
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
0-41 PROTECTION OF TREES, PLANTS AND SOIL
All property along and adjacent to the Contractors' operations including lawns, yards, shrubs,
trees , etc., shall be preserved or restored after completion of the work, to a condition equal to or
better than prior to start of work.
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated as
soon as possible with a tree wound dressing.
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming, removal, or root pruning) can be done on trees or shrubs growing on public property
including street Rights-of-Ways and designated alleys. This permit can be obtained by calling the
Forestry Office at 817-392-5738. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association . A copy of these standards can
be provided by calling the above number. Any damage to public trees due to negligence by the
Contractor shall be assessed using the current formula for Shade Tree Evaluation as defined by
the International Society of Arboriculture. Payment for negligent damage to public trees shall be
made to the City of Fort Worth and may be withheld from funds due the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees shall be
immediately sealed using a commercial pruning paint.
No separate payment will be made for any of the work involved for this item and all costs incurred
will be considered a subsidiary cost of the project.
0-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The basis for approval by the
Engineer will be grade restoration to plus minus orn~-tP.nth (0 .1) of n foot.
0-43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List, for the bid to be considered responsive. Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements.
02109/2010 SC-32
PART D -SPECIAL CONDITIONS
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil, Sodding and Seeding.
1. TOPSOIL
DESCRIPTION : This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil, free from rock and foreign material, in all parkways and medians to the lines and
grades as established by the Engineer.
CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation . All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source. Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways.
2. SODDING
DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St.
Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification. Recommended Buffalo grass varieties
for sodding are Prairie and 609.
MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass
secured from sources where the soil is fertile. Sod to be placed during the dormant state of
these grasses shall be alive and acceptable . Bermuda and Buffalo grass sod shall have a
healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots . St. Augustine grass sod shall have a healthy,
virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness of
native soil attached to the roots .
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted.
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process of
excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug until
planted . When so directed by the Engineer, the sod existing at the source shall be watered to
the extent required prior to excavating . Sod material shall be planted within three days after it
is excavated .
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
02/09/2010 SC-33
PART D -SPECIAL CONDITIONS
hereinafter described . Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St.
Augustine grass.
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded . In all furrows,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade . Holes of equivalent depth and spacing may be used instead of furrows.
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy, hand roller developing fifteen ( 15) to twenty-five (25) pounds per
square inch compression. Hand tamping may be required on terraces.
b. Block Sodding.
At locations on the Drawings or where directed , sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered, and any voids left in the block sodding shall be filled with additional sod and
tamped . The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil , shall , upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently
close to hold the block sod firmly in place.
When necessary, the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun. Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance .
The sodded areas shall be thoroughly watered immed iately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3. SEEDING
DESCRIPTION : "Seeding" will consist of preparing ground, providing and planting seed or a
m ixture of seed of the kind specified along and across such areas as may be designated on the
Drawings and in accordance with these Specifications .
MATERIALS :
a . General. All seed used must carry a Texas Testing Seed label showing purity and
germination, name , type of seed , and that the seed meets all requirements of the Texas
Seed Law . Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
02/09/2010 SC-34
PART D -SPECIAL CONDITIONS
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Liye Seed (PLS)
Dates
Feb 1
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total : 100 Total : 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total : 100
TEMPORARY COOL-SEASON SEEDING RATE; {lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total : 100
CONSTRUCTION METHODS: After the designated areas have been completed to the lines ,
grades, and cross-sections shown on 'the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described.
a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
b. Finishing. Where applicable , the shoulders, slopes, and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time plant ing operations were begun .
BROADCAST SEEDING: The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed. If the sowing of seed is
by hand , rather than by mechanical methods, the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods, is not applicable since no seed bed preparation is required.
02/09/2010 SC-35
PART D -SPECIAL CONDITIONS
DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed . The area shall then be
finished to line and grade as specified under "Finishing" in Section 0-45, Construction
Methods.
The seed, or seed mixture , specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch. The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type. All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING : The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The
area shall then be finished to line and grade as specified under "Fin ishing" in Section 0-45,
Construction Methods .
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened.
After the watering, when the ground has become sufficiently dry to be loose and pliable, the
seed, or seed mixture specified , shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods, the
seed shall be sown in two directions at right angles to each other. Seed and fertilizer may be
distributed at the same time, provided the specified uniform rate of application for both is
obtained. After planting, the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch. The planted surface area and giving a smooth surface
without ruts or tracks. In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth .
The application of asphalt shall follow the last watering as rapidly as possible . Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300, "Asphalts , Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings, or if Drawings are not included , then MS-2 shall be used . Applications of the asphalt
shall be at a rate of three-tenths (0 .3) gallons per square yard. It shall be applied to the area in
such a manner so that · a complete film is obtained and the finished surface shall be
comparatively smooth .
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the
follow ing manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration.
* Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in th.e soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4. HYDROMULCH SEEDING :
02109/2010 SC-36
-
-
PART D -SPECIAL CONDITIONS
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and have
a germination rate of 90%. Contractor shall ensure that the grass establishes .
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS: FERTILIZER
DESCRIPTION: "Fertilizer" will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications.
MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis. The fertilizer is subject to testing by the City of Fort Worth in accordance with the
Texas Fert i lizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis
represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists. ··
In the event it is necessary to substitute a fertilizer of a different analysis , it shall be a pelleted
or granulated fertilizer with a lower concentration . Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS : When an item for fertilizer is included in the Drawings and
proposal , pelleted or granulated fertilizer shall be applied uniformly over the area specified tq
be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected.
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard in
place on the project site . Measurement will be made only on topsoils secured from borrow
sources .
Acceptable material for "Seeding" will be measured by the linear foot, complete in place.
Acceptable material for "Sodding" will be measured by the linear foot, complete in place .
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding .
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work. Its price shall be full compensation for excavating (except as noted
below), loading, hauling, placing and furnishing all labor, equipment, tools , supplies, and
incidentals necessary to complete work.
All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding" bid items and
will not be paid for directly.
0210912010 SC-37
PART D -SPECIAL CONDITIONS
"Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price
per square yard, complete in place , as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod; for all rolling and
tamping; for all watering; for disposal of all surplus materials; and for all materials, labor,
equipment, tools and incidentals necessary to complete the work, all in accordance with the
Drawings and these Specifications.
The work performed and materials furnished and measured as provided under "Measurement"
shall be paid for at the unit price for "Seeding", or "Sodding", of the type specified, as the case
may be, which price shall each be full compensation for furnishing all materials and for
performing all operations necessary to complete the work accepted as follows:
Fertilizer material and application will not be measured or paid for directly, but is considered
subsidiary to Sodding and Seeding.
D-45 CONFINED SPACE ENTRY PROGRAM
It shall be the responsibility of the contractor to implement and maintain a variable "CONFINED
SPACE ENTRY PROGRAM" which must meet OSHA requirements for all its employees and
subcontractors at all times during construction. All active sewer manholes, regardless of depth,
are defined by OSHA, as "permit required confined spaces". Contractors shall submit an
acceptable "CONFINED SPACE ENTRY PROGRAM " for all applicable manholes and maintain an
active file for these manholes . The cost of complying with this program shall be subsidiary to the
pay items involving work in confined spaces .
02/09/2010 SC-38
PART D -SPECIAL CONDITIONS
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project, the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete .
8. The inspector along with appropriate City staff and the City 's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected.
9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected .
10. Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price. Contractor shall still be required to address all other
deficiencies, which are discovered at the time of final inspection.
11 . Final inspection shall be in conformance with general condition item "C5-5 .18 Final
Inspection " of PART C -GENERAL CONDITIONS.
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs,
tree trunks, and tree roots at each work site . All such measures shall be considered as
incidental work included in the Contract Unit Price bid for applicable pipe or structure
installation except for short tunneling/tree augering.
2. Any and all trees located within the equipment operating area at each work site shall, at the
direction of the Engineer, be protected by erecting a "snow fence" along the drip line or
edge of the tree root system between tree and the construction area.
3. Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations . The Engineer shall be notified at
least 24 hours prior to any tree trimming work. No trimming work will be permitted within
private property without written permission of the Owner.
4 . Nothing shall be stored over the tree root system within the drip line area of any tree .
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet.
6. At designated locations shown on the drawings , the "short tunnel" method using Class 51
0 .1. pipe shall be utilized .
7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense.
8 . Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures .
02/09/2010 SC-39
PART D -SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted .
0-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated. The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
0-49 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings
or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench. Construction material shall
consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing
and finishing shall be subsidiary to the price bid for pipe installation .
0-50 EXPLORATORY EXCAVATION (0-HOLE)
The Contractor shall be responsible for verifying the locations of fill existing utilities prior to
construction, in accordance with item D-6 . At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing underground utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be conducted prior to construction of the entire project only at
locations denoted on the plans or as directed by the engineer. Contractor shall submit a report of
findings (including surveyed elevations of existing conflicting utilities) to the City prior to the start of
construction of the entire project. If the contractor determines an existing utility is in conflict with
the proposed facility, the contractor shall contact the engineer immediately for appropriate design
modifications.
The contractor shall make the necessary repairs at the exploratory excavation (D-Hole) to obtain a
safe and proper driving surface to ensure the safety of the general public and to meet the approval
of the City inspector. The contractor shall be liable for any and all damages incurred due to the
exploratory excavation (D-Hole).
Payment shall not be made for verification of existing utilities per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation, surface restoration, field surveys, and
all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun .
0-51 INSTALLATION OF WATER FACILITIES
51.1 Polyvinyl Chloride {PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents . Payment for work
such as backfill, bedding, blocking, detectable tapes and all other associated appurtenant
required, shall be included in the linear foot price bid of the appropriate BID ITEM(S).
51.2 Blocking
0210912010 SC-40
PART D -SPECIAL CONDITIONS
Concrete blocking on this Project will necessarily be required as shown on the Plans and shall
be installed in accordance with the General Contract Documents. All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve.
51.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe , and shall conform to the provisions of
E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents and
Specifications for Water Department Proje cts . The steel casing pipe sh1;11l be supplied
as follows:
For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2 .2 and related sections in AWWA C-203. Touch-up after
field welds shall provide coating equal to those specified above. C. Minimum thickness
for casing pipe used shall be 0.375 inch.
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Campany or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E1-15 and
Construction standard E2-15 as per Fig. 110 of the General Contract Documents .
3. PAYMENT :
Payment for all materials, labor, equipment , excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
51.4 Tie-Ins
The Contractor shall be responsible for making tie-ins to the existing water mains . It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins. And any differences in locations and elevation of existing line tie-ins
between the contract drawings and what may be encountered in the field shall be
considered as incidental to construction. The cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe.
51.5 Connection of Existing Mains
The Contractor shall determine the exact location, elevation, configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece .
Any differences in locations, elevation, configuration , and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction . Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
Engineer, and all efforts shall be made to keep this down time to a minimum. In case of
shutting down an existing main, the Contractor shall notify the City Project Manager,
02/09/2010 SC-41
PART D -SPECIAL CONDITIONS
Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut
down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION
OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing
as to the location, time , and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection . Unless bid separately all cost i ncurred shall be included in the linear foot price
bid for the appropriate pipe size .
51.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water main from which the extension
and/or replacement is to be connected. This may require closing valves in other lines and
putting consumers out of service for that period of time necessary to cut in the new valve;
the work must be expedited to the utmost and all such cut-ins must be coordinated with the
engineer in charge of inspection. All consumers shall be individually advised prior to the
shut out and advised of the approximate length of time they may be without service .
Payment for work such as backfill , bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items.
51. 7 Water Services
The relocation, replacement, or reconnection of water services will be required as shown on
the plans, and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporat ion stops, type K copper water tubing, curb stops
with lock wings, meter boxes, and if required approved manufactured
service branches. All materials used shall be as specified in the Material Standards (E1-17
& E1-18) contained in the General Contract Documents.
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade.
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from
the main line to the meter box.
All services which are to be replaced or relocated shall be installed with the service main
t ap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section C5-5.15 INTERRUPTION OF SERVICE.
All water service meters shall be removed , tagged , and collected by the contractor for
pickup by the Water Department for recondit ioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
02/09/20 10 SC-42
PART D -SPECIAL CONDITIONS
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction . The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings , and corporation stop.
Payment for all work and materials such as backfill , fittings, type K copper tubing, curb stop
with lock wings, service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation.
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main.
1. WATER SERVICE RECONNECTION: Water service reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction . The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop . The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement and
relocation of a water service and meter box is required and the location of the meter and
meter box is moved more than twelve (12) inches, as measured from the center line of the
existing meter to location to the center line of the proposed meter location , separate
payment will be allowed for the relocation of service meter and meter box. Centerline is
defined by a line extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately. Relocations made along the
centerline will be paid of in feet of copper service line .
When relocat ion of service meter and meter box is required, payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation . All other costs w ill be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time. Locations with multiple service branches will be paid
for as one service meter and meter box relocation .
4. NEW SERVICE : When new services are required the contractor shall install tap saddle
(when required), corporation stop, type K copper service line, curb stop with lock wings ,
and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E 1-1 SA -Reinforced Plastic Water Meter Boxes.
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops, and fittings shall
be included in the price bid for Service Taps to Mains.
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box.
1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the
contractor shall furnish approved factory manufactured branches .
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-lnch Temporary Service Line
A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water service to all buildings that will necessarily be required to have severed
water service during said work. The contractor shall be responsible for coordinating the
schedule of the temporary service connections and permanent service reconnections with
the building owners and the Engineer in order that the work be performed in an expeditious
manner. Severed water service must be reconnected within 2 hours of discontinuance of
service.
A 2-inch tapping saddle and 2-inch corporation stop or 2-inch gate valve with an
appropriate fire hydrant adapter fitting shall be required at the temporary service point of
connection to the City water supply. The 2-inch temporary service main and 3/4-inch
service lines shall be installed in accordance to the attached figures 1, 2 and 3. 2"
temporary service line shall be cleaned and sterilized by using chlorine gas or chlorinated
lime (HTH) prior to installation.
The out-of-service meters shall be removed, tagged and collected by the Contractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service, the Contractor shall re-install the meters at the correct
location. The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed, number of service taps and number of
feed points.
02/09/2010 SC-44
PART D -SPECIAL CONDITIONS
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location.
Payment for work such as fittings, 3/4-inch service lines , asphalt , barricades, all service
connections, removal of temporary services and all other associated appurtenants required,
shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction, the
Contractor will install a fire hydrant meter for all temporary service lines . Water used during
construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible . At the pre-construction conference the contractor will
advise the inspector of the number of meters that will be needed along with the locations
where they will be used . The inspector will deliver the hydrant meters to the locations.
After installation, the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will rece ive an
invoice for those repairs . The issued meter is for this specific project and location only .
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
51.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein . The City will provide all water for INITIAL cleaning and
sterilization of water lines . All materials for construction of the project, including
appropriately sized "pipe cleaning pigs ", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor . Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine .
Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary
sewer not be available , chlorinated water shall be "de-chlorinated " prior to disposal. The
line may not be placed in service until two successive sets of samples , taken 24 hours
apart , have met the established standards of purity .
Purging and sterilization of the water lines shall -be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe.
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary. Care shall be taken to
ensure all "pressure plane" valves installed are installed closed and no cross connections
are made between pressure planes
51.11 Water Sample Station
GENERAL :
All water sampling station installations will be per attached Figure 34 or as required in large
water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
02/09/2010 SC-45
PART D -SPECIAL CONDITIONS
The appropriate water sampling station will be furnished to the Contractor free of charge;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse .
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings, and an irn;:idental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS : Payment for all work and materials
necessary for the installation tap saddle , gate valve , and fittings shall be included in the
price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to
provid!;! a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations.
51.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe,
fittings, and Specials, Sub section E2-7 .11 Cast Iron Fittings :
E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron fittings
shall be furnished with cement mortar lining as stated in Section E1-7. The price bid per
ton of fittings shall be payment in full for all fittings, joint accessories, polyethylene
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete
cradle necessary for construction as designed.
All ductile-iron and gray-iron fittings, valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E 1-13 and Construction
Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down
concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal
concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall be
included in bid items for vales and fittings and no other payments will be allowed.
D-52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered to this
contract.
02/09/2010 SC-46
PART D -SPECIAL CONDITIONS
0-53 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the existing mains and ground water. The Contractor shall be
responsible for damage of any nature resulting from the dewatering operations.
The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer.
Ground water shall not be discharged into sanitary sewers. ·
Dewatering shall be considered as incidental to a construction and all costs incurred will be
considered to be included in the project price.
0-54 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any water flowing into open trench during construction. Contractor shalJ not
leave excavated trench open overnight. Contractor shall fill any trench the same day of ·
excavation . No extra payment shall be allowed for th is special condition.
0-55 TREE PRUNING
A. REFERENCES : National Arborist Association 's "Pruning Standards for Shade Trees".
B. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2. VermeerV-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE
3. Steel 'T' = Bar stakes , 6 feet long.
4 . Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5. Surveyor's Plastic Flagging: 'Tundra" weight , International fluorescent orange or red
color.
6. Combination Fence: Commercially manufactured combination soil separator fabr ic on
w i re mesh backing as shown on the Drawings .
D. ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings .
8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
9 . Backfill and compact the trench immediately after trenching .
10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
02/09/2010 SC-47
PART D -SPECIAL CONDITIONS
11 . Within 24 hours, prune flush with ground and backfill any exposed roots due to
construction activity. Cover with wood chips of mulch in order to equalize soil
temperature and minimize water loss due to evaporation.
12. Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods,
equipment and protection.
E. MULCHING : Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price .
D-56 TREE REMOVAL
Trees to be removed shall be removed using applicable methods, including stump and root ball
removal , loading , hauling and dumping. Extra caution shall be taken to not disrupt existing utilities
both overhead and buried. The Contractor shall immediately repair or replace any damage to
utilities and private property including, but not limited to, water and sewer services, pavement,
'fences, walls, sprinkler system piping , etc., at no cost to the Owner. All costs for tree removal,
including temporary service costs, shall be considered subsidiary to the project contract price and
no addit ional payment will be allowed .
D-57 TEST HOLES
The ma tter of subsurface exploration to ascertain the nature of the soils , including the amount of
rock, if any, through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders, and any bidder on this project shall submit his bid under this condition .
Whethe r prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means, shall be left to the
discretion of such prospective bidders.
If test borings have been made and are provided for bidder's information, at the locations shown on
the logs of borings in the appendix of this specification, it is expressly declared that neither the City
nor the Eng i neer guarantees the accuracy for the information or that the material encountered in
excavations is the same, either in character, location , or elevation , as shown on the boring logs. It
shall be the responsibility of the bidder to make such subsurface investigations, as he deems
necessary to determine the nature of the material to be excavated. The Contractor assumes all
responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances , if required, shall be included in
the linear foot bid price of the pipe.
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project , the contractor shall, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction . The notice shall be prepared as
follows:
02/09/20 10 SC-48
PART D -SPECIAL CONDITIONS
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area. The flyer shall be prepared on the Contractor's letterhead
and shall include the following information: Name of Project, City Project No (CPN)., Scope of
Project (i.e. type of construction activity), actual construction duration within the block, the name of
the contractor's foreman and his phone number, the name of the City 's inspector and his phone
number and the City's after-hours phone number. A sample of the 'pre-construction notification'
flyer is attached .
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed . The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block .
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The
flyer shall be prepared on the contractor's letterhead and shall include the following information :
Name of the project, City Project Number, the date of the interruption of service, the period the
interruption will take place, the name of the contractor's foreman and his phone number and the
name of the City's inspector and his phone number. A sample of the temporary water service
interruption notification is attached.
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed . The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses .
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector ..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made.
D-59 TRAFFIC BUTTONS
The removal and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred , both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
D-60 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not
possible, the cleanout stack and cap shall be cast iron.
02/09/2010 SC-49
PART D -SPECIAL CONDITIONS
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D-61 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item.
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized. The paving contractor shall assume maintenance responsibility upon
such mobilization. No additional compensation shall be made for maintaining the temporary
pavement.
D-62 CONSTRUCTION STAKES
The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other
customary method of markings as may be found cons istent with professional practice , establishing
line and grades for roadway and utility construction, and centerlines and benchmarks for
bridgework . These stakes shall be set sufficiently in advance to avoid delay whenever practical.
One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and
one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving . It
shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes
furnished until completion of the construction phase of the project for which they were furnished .
If the Ci ty or its agent determines that a sufficient number of stakes or markings provided by the
City, have been lost, destroyed , or disturbed, to prevent the proper prosecution and control of the
work contracted for in the Contract Documents, it shall be the Contractor's responsibility , at the
Contractor's sole expense, to have such stakes replaced by an individual registered by the Texas
Board of Professional Land Surveyor as a Registered Land Surveyor. No claims for delay due to
lack of replacement of construction stakes will be accepted, and time will continue to be charged in
accordance with the Contract Documents .
D-63 EASEMENTS AND PERMITS
The performance of this contract requires certain temporary construction, right-of-entry
agreements , and/or permits to perform work on private property.
The City has attempted to obtain the temporary construct ion and/or right-of-entry agreements for
properties where construction activity is necessary on City owned facilities , such as sewer lines or
manholes. For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shc1II be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on private
property. Contractor shall adhere to all requirements of Paragraph C6-6.10 of the General
02/09/20 10 SC-50
.... -
PART D -SPECIAL CONDITIONS
Contract Documents. The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements, by the property owners.
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required. No additional payment will be allowed for this item.
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance, including payment for flagmen , shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way ". No additional compensation shall be allowed on this pay item.
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determ ined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule, includ ing construction start date, and answer any construction related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-65 WAGE RA TES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas Government Code
{Chapter 2258), including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such
prevailing wage rates are included in these contract documents .
Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made
by the City , pay to the City $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the prevailing wage rates stipulated in these contract documents .
This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas
Government Code 2258.023 .
Complaints of Violations and City Determination of Good Cause.
On receipt of information , including a complaint by a worker, concerning an alleged violation of
2258 .023 , Texas Government Code , by a contractor or subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information, as to whether
good cause exists to believe that the violation occurred . The City shaU notify in writing the
02/09/2010 SC-51
PART D -SPECIAL CONDITIONS
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the violation.
Arbitration Required if Violation Not Resolved.
An issue relating to an alleged violation of Section 2258 .023, Texas Government Code, including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq ., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above.
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after the date that arbitration is required, a district court shall . appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration . The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction .
Records to be Maintained .
The contractor and each subcontractor shall, for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all reasonable hours for
inspection by the City . The provisions of the Audit section of these contract documents shall
pertain to this inspection.
Pay Estimates.
With each partial payment estimate or payroll period, whichever is less, the contractor shall submit
an affidavit stating that the contractor has complied with the requirements of Chapter 2258, Texas
Government Code.
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project
at all times.
Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above.
(Wage rates are attached at the end of this section.)
(Attached)
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
02/09/2010 SC-52
PART D -SPECIAL CONDITIONS
NESHAP . Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulation or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category II , non-friable material in its intact state but
which may become friable upon removal, demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable, it is regulated under the disposal
requirements of 40 CFR 61 .150. A NESHAP notification must be filed with the Texas
Department of Health . The notification must be filed at least ten days prior to removal of the
material. If it remains in its non -friable state, as defined by the NESHAP, it can be
disposed as a conventional construction waste. The Environmental Protection Agency
(EPA) defines friable as material, when dry, which may be crumbled , pulverized or reduced
to powder by hand pressures .
C. The Generator of the hazardous material is responsible for the identification and proper
handling, transportation, and disposal of the material. Therefore , it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable or
not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable . The Excavator is
responsible to employ those means , methods, techniques and sequences to ensure this
result.
E. Compliance with all aspects of wo rker safety and h~alth regulations including but not limited
to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of Fort
Worth assumes no responsibility for compliance programs , which are the responsibility of
the Excavator. (Copy of forms attached}
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documents .
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result i n 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. Information concerning the
permit can be obtained through the Internet at http://www.tnrcc.state.tx .us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordnncc with North Ccntml Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that, if properly utilized , can minimize the need
for physical controls and possible reduce costs. The methods of control shall result in minimum
sediment retention of not less than 70%.
02/09/2010 SC-53
PART D -SPECIAL CONDITIONS
NOTICE OF INTENT (NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres , the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction activity
as well as a commitment that the contractor understands the requirements of the permit for storm
water discharges from construction activities and that measures will be taken to implement and
maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ at
least 48 hours prior to the contractor moving on site and shall include the required $100 application
fee.
The NOi shall be mailed to:
Texas Commission on Env i ronmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin, TX 78711-3087
A copy of the NOi shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared by
the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team ; MC-228
P.O. Box 13087
Austin, TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construct ion
site. Copies of the project SWPPP 's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract , along w~th unbounded copies of all forms to be submitted to
the Texas Commission on Environmental Quality.
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities. The SWPPP shall be incorporated into in the contract documents. The
contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Perm it. 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
02/09/20 10 SC-54
PART D -SPECIAL CONDITIONS
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN ONE
ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required . However, a
TCEQ Site Notice form must be completed and posted at the site . A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities . The SWPPP must include descriptions
of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents. The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms,
diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection,
stabilized construction entrances, seeding, sodding, mulching , soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP.
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City's representative. The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project, the Contractor must coordinate this activity
through the appropriate City representative. The Contractor shall not operate water line valves of
existing water system. Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28.03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition , the Contractor will assume all liabilities and responsibilities as a
result of these actions.
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low bidder(s)
for a project to submit such additional information as the City, in sole discretion may require,
including but not limited to manpower and equipment records, information about key personnel to
be assigned to the project, and construction schedule, to assist the City in evaluating and
assessing the ability of the apparent low bidder(s) to deliver a quality product and successfully
complete projects for the amount bid within the stipulated time frame. Based upon the City's
assessment of the submitted information, a recommendation regarding the award of a contract will
be made to the City Counci l. Failure to submit the additional information if requested may be
02/09/2010 SC-55
PART D -SPECIAL CONDITIONS
grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance and/or of failure to maintain the contract
schedule, the following process shall be applicable :
The work progress on all construction projects will be closely monitored. On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the contract.
If the amount of work performed by the contractor is less than the percentage of time allowed by
20% or more (example: 10% of the work completed in 30% of the stated contract time as may be
amended by change order), the following proactive measures will be taken:
1. A letter will be mailed to the contractor by certified mail, return receipt requested
demanding that, within 10 days from the date that the letter is received, it provide
sufficient equipment, materials and labor to ensure completion of the work within the
contract time. In the event the contractor receives such a letter, the contractor shall
provide to the City an updated schedule showing how the project will be completed
within the contract time.
2. The Project Manager and the Directors of Water Department, and Department of
Transportation and Public Works will be made aware of the situation. If necessary, the
City Manager's Office and the appropriate city council members may also be informed.
3. Any notice that may, in the City's sole discretion, be required to be provided to
interested individuals will distributed by the Water Department's Public Information
Officer.
'4 . Upon receipt of the contractor's response, the appropriate City departments and
directors will be notified . The Water Department's Public Information Officer will, if
necessary, then forward updated notices to the interested individuals.
5. If the contractor fails to provide an acceptable schedule or fails to perform satisfactorily
a second time prior to the completion of the contract, the bonding company will be
notified appropriately.
D-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the
OZONE SEASON, within the Metroplex area, runs from May 1, through OCTOBER 31, with 6:00
a.m. -10:00 a.m. being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
02/09/2010 SC-56 •
PART D -SPECIAL CONDITIONS
The Texas Commission on Environmental Quality (TCEQ), in coordination with the National
Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the afternoon prior to the
WATCH day. On designated Air Pollution Watch Days, the Contractor shall bear the responsibility
of being aware that such days have been designated Air Pollution Watch Days and as such shall
not begin work until 10:00 a.m. whenever construction phasing requires the use of motorized
equipment for periods in excess of 1 hour. However, the Contractor may begin work prior to 10 :00
a.m. if use of motorized equipment is less than 1 hour, or if equipment is new and certified by EPA
as "Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emulsions, or
alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours between
the hours of 7:00 a.m. -6:00 p.m ., on a designated Air Pollution Watch Day, that day will be
considered as a weather day and added onto the allowable weather days of a given month.
D-72 FEE FOR STREET USE PERMITS AND RE-INSPECTIONS
Contractor is required to secure a Street Use Permit, issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public right of
way. Permit will not be issued without a traffic control plan sealed and signed by a registered
professional engineer licensed to practice in the State of Texas. Failure to acquire the proper
permit and permission may result in a fine of $500/day to the contractor performing the work.
· Payment by the contractor for all Street Use Permits shall be considered subsidiary to the contract
cost and no additional compensation shall be made.
END OF PART D -SPECIAL CONDITIONS
02109/2010 SC-57
PART D -SPECIAL CONDITIONS
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT < TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
02/09/2010 SC-58
02/09/2010
PART D -SPECIAL CONDITIONS
FORT WORTH
~
Date: ____ _
DOENO.XXXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVEMENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON _______ _
BETWEEN THE HOURS OF _______ AND ______ .
IF YOU HA VE QUESTIONS ABOUT THIS SHUT-OUT, PLEASE CALL:
MR. AT __________ _
(CONTRACTORS S,UPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ___________ AT _________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
__________ _,CONTRACTOR
SC-59
PART D -SPECIAL CONDITIONS
0 2/09/20 10 SC-60
PART D -SPECIAL CONDITIONS
'
"'Jf~~5~xi:$;a~~~!f:rJJJJAiJlt~
·, ,;;'.?.
02/09/2010 SC-61
PART D -SPECIAL CONDITIONS
r ,-:· . ,_ ~~~, .'·.~-./··.;· T:'/··:_1:-_ ~7 ~
l. --1,: ~.. ; '! : I ( 'Jn ~ r -(r : ~ r .__1. i ., 1 ' ~ . ) l ·~ ... I ! I ... • , .... ! ' l
~-..,.. ........ _~ .... _ ......... ~~-----' ~--.. ~--~~~~I::-U.:JJ~,.tt:.~!._;:--·~~,~i/:I~~---~-..1..-~ ·---~-. _ _.
~~
Ail" Tool Opera!of'
Asphalt Raker
Asphalt Shavetec
IAsoha1tOis1ribuu 0rierat«
Asphalt Pavina Machine nnerator-
Batching Plant Weighl!f'
Broom OI" Sweeoer ODerator
Bulldozer· Operator
Camen.ter !Rouch l
Concn;._-te F111isheT-Paving
Concrete F1nisher -Struclures
Concrete Pavina Curbina Mach. Clnl!f'.
Concrete Pavinci Rnlshina Mech. Oner.
Concrete Paving Joint Sesle r Oper.
Concrete Paving Saw Ooer.
Concrete Paving Spreadef"Oper.
Concrete. Rubber
crane. Clamshell, Backhoe. Derrick.
Dragline. Shovel
Electrician
Flagger
Fonn Builder-Structures
Fonn ~-Paving & Ct.irb s
Foundation Drill Ooeratoc. Crawler Mourned
Foundation Drill , Truck Mcunled
Front End loader
Laborer-Common
Laborer-utility
Mechanic
Mi ling Macnn.e Operamr. Fine Grade
Mixer Oneratar
Mctor Grader Operalm (Fane.Grade)
Uotor Grader Operator. Rmmh Oiler
Painter, Structures
Pavement Marking Machine Ooer.
Pioe Laver
Reier. St eel Wheel Planl-Mix Pavements
Reier, Steel Wheel other Flatwheel or
Tamping
Roller. Pneumatic. Self-Prooelled ScraDer
,_ --Steel! Setter {PavinR)
Reinfon::ina steel Seilter fSlruetur-el
Source is A GC o f Texas
(Hwy. Hvy. Utilities Industrial Branch)
__ access.gpogovfd'avisbacon/
02/09/2010
$10.06 Scraper O peramr $1 1.42
$13Jl9 SeMcer $1232
$8.80 Slip Form Machine Ooerator-$12.33
$13.W -BmtOoemfDr $10 .92
$1278 T rader on<onlror, Crawler T vi,e, $1 2 60
$14 .15, T ractor operator. Pneumatic $12.91
$9.88 T ravelina Mixer"OnPralor $1203
$13.22 Truck Driver"-S ingfe Axle (Lighl) $10.91
$12080 T ruck Driver-Single Axle (Heavv) $11.47
$12.85 T ruck. Driver-Tandem Axle Semi-Trailer $11 .75
$13.27 T ruck. Driver-lowbov/Flna.t $14.93
$12.00 T ruck Driver-Transit Mile $1208
Wagon D rill. Boring Machine. Post Hale
$13.63 Driller $14.00
$1250 Welder $13.57
$131i6 Work Zone Barricade Servicer $10.0Q
$14a5(J
$10.61
$14.12
$18.12
$8.43
$11.63
$11.83
$13.67
$16 .30
$1262
$9.18
$10.65
S16.Q7
$11.83
$11.58
$15 ..20
$14.50
$13.17
$10.04
$11.04
$11.28
$10.02
$11.07
$14.86
$16..29
SC-62
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-1 A WARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS .............. 3
DA-2 . PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMITTED ............... 4
DA-3 PIPE ENLARGEMENT SYSTEM -OMITTED ......................................................... 4
DA-4 FOLD AND FORM PIPE -OMITTED ......................................................................... 4
DA-5 SLIPLINING -OMITTED ............................................................................................. 4
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT-OMITTED ............................ 4
DA-7 TYPE OF CASING PIPE -OMITTED ......................................................................... 4
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR -OMITTED ................ 4
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION ........ 4
DA-10 .MANHOLE REHABILITATION-OMITTED ........................................................... 7
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMITTED?
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM .... 7
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM ....................................... 9
DA-14 INTERIOR MANHOLE COATING-SPRAY WALL SYSTEM ............................ 11
DA-15 INTERIOR MANHOLE COATING -RA VEN LINING SYSTEM ........................ 14
DA-Hi INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY
LINER ......................................................................................................................................... 17
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM ........................... 19
DA-18 RIGID FIBERGLASS MANHOLE LINERS -· OMITTED ...................................... 22
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMITTED ................. 22
DA-20 PRESSURE GROUTING ............................................................................................. 22
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES ................................... 25
DA-22 FIBERGLASS MANHOLES ........................................................................................ 27
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES ......... 32
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER-OMITTED .............. 32
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS ............................................. 32
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE -OMITTED ............... 33
DA-27 GRADED CRUSHED STONES -OMITTED ............................................................ 33
DA-28 WEDGE MILLING 2" TO 0" DEPTH 5.0' WIDE .................................................... 33
DA-29 BUTT JOINTS -MILLED ............................................................................................ 34
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX) .............................................. 34
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ................................... 35
DA-32· NEW 7" CONCRETE VALLEY GUTTER ................................................................ 35
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP ........................ : ................................ 36
DA-34 8'' PAVEMENT PULVERIZATION -OMITTED .................................................... 3 7
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -
OMITTED ...................................................................................................................................... 37
DA-36 RAISED PAVEMENT MARKERS .............................................................................. 3 7
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING -
OMITTED ...................................................................................................................................... 37
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL
... OMITTED,, ........ ,, .. , . .,,,,", ...... ,, .... ,, ..... .,,,., ... ,,, ... ,, .......... ,,, .. ,, ........ , ..... ,,,, .. , .. , ... , ........ 'I,,, .............. , ...... , .... _,,,, ......... , .... , ........... , ....... 37
DA-39 ROCK RIPRAP-GROUT-FILTER FABRIC ......................................................... 37
DA40 CONCRETE RIP RAP -OMITTED ............................................................................ 41 ·
DA-41 CONCRETE CYLINDER PIPE AND FITTINGS-OMITTED .............................. 41
10123108 ASC-1
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-42 CONCRETE PIPE FITTINGS AND SPECIALS -OMITTED ................................ 41
DA-43 UNCLASSIFIED STREETEXCAVATION-OMITTED ........................................ 41
DA-44 6" PERFORATED PIPE SUBDRAIN -OMITTED .................................................. 41
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMITTED ....................... 41
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMITTED ................... 41
DA-47 PAVEMENT REPAIR IN PARKING AREA ............................................................. 41
DA-48 EASEMENTS AND PERMITS .................................................................................... 41
DA-49 HIGHWAY REQUIREMENTS-OMITTED ............................................................ 41
DA-50 CONCRETE ENCASEMENT-OMITTED ............................................................... 41
DA-51 CONNECTION TO EXISTING STRUCTURES -OMITTED ................................ 41
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION-OMITTED 41 -.
DA-53 OPEN FIRE LINE INSTALLATIONS-OMITTED ................................................ 41
DA-54 WATER SAMPLE STATION -OMITTED .......................................................... : .... 42
DA-SS CURB ON CONCRETE PAVEMENT-OMITTED ................................................. 42
DA-56 SHOP DRAWINGS ....................................................................................................... 42
DA-57 COST BREAKDOWN .................................................................................................. 43
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY ......................... 43
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP ................................................................ 43
DA-60 ASPHALT DRIVEWAY REPAIR ............................................................................... 43
DA-61 TOP SOIL ....................................................................................................................... 43
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT ..... 43
DA-63 BID QUANTITIES ......................... '. .............................................................................. 44
DA-64 WORK IN IDGHWAY RIGHT OF WAY -OMITTED ........................................... 44
DA-65 CRUSHED LIMESTONE (FLEX-BASE) ................................................................... 44
DA-66 OPTION TO RENEW -OMITTED ............................................................................ 44
DA-67 NON-EXCLUSIVE CONTRACT-OMITTED ......................................................... 44
DA-68 CONCRET·E VALLEY GUTIER ............................................................................... 44
DA-69 TRAFFIC BUTIONS .................................................................................................... 44
DA-70 PAVEMENT STRIPING· .............................................................................................. 45
DA-71 H.M.A.C. TESTING PROCEDURES ......................................................................... 45
DA-72 SPECIFICATION REFERENCES .............................................................................. 45
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW
PREVENTER/CONTROL VAL VE AND BOX -OMITTED ................................................... 46
DA-74 RESILIENT-SEATED GATE VALVES -OMITIED .............................................. 46
DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMITIED .................................... 46
DA-76 1 Yi" & 2" COPPER SERVICES -OMITIED ........................................................... 46
DA-77 SCOPE OF WORK (UTIL. CUT)-OMITTED ......................................................... 46
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT) -OMITTED ......................... 46
DA-79 CONTRACT TIME (UTIL. CUT) -OMIITED ........................................................ 46
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT) -OMITTED. 46
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) -OMITTED ................... 46
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED ............................................ 46
DA-83 PAVING REPAIR EDGES (UTIL. CUT) -OMITTED ............................................ 46
DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED .................................................... 46
DA-85 CLEAN-UP (UTIL. CUT) -OMITTED ...................................................................... 46
1012310a ASC-2
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-86 PROPERTY ACCESS (UTIL. CUT) -OMIITED .................................................... 46
DA-87 SUBMISSION OF BIDS (UTIL. CUT)-OMITTED ................................................. 46
DA-88 STANDARD BASE REPAffi FOR UNIT I (UTIL. CUT) -OMITIED .................. 46
DA-89 CONCRETE BASE REPAffi FOR UNIT II & UNIT III (UTIL. CUT) -OMITTED
......................................................................................................................................... 46
DA-90 2" TO 9" H.M.A.C. PAVEMENT (UTIL. CUT) -OMITTED .................................. 46
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT) -
OMITTED ...................................................................................................................................... 46
DA-92 MAINTENANCE BOND (UTIL. CUT)-OMITTED ................................................ 46
DA-93 BRICK PAVEMENT (UTIL. CUT) -OMITIED ...................................................... 46
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)-OMITTED ................................ 46
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT) -OMITTED ......................... 46
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED .......... 46
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT) -OMITTED ........................................ 47
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMITTED .............................................. 47
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL.
CUT)-OMITTED .................................................................................................... ~ .................... 47
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) -OMITTED .. 47
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED ........................ 47
DA-102 PAYMENT (UTIL. CUT)-OMITIED ........................... : ....................................... 47
DA-103 DEHOLES (MISC. EXT.) ......................................................................................... 47
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMITTED ........................ 47
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED .............. 47
DA-106 BID QUANTITIES (MISC. EXT.)-OMITTED .................................................... 47
DA-107 LIFE OF CONTRACT (MISC. EXT.)-OMITTED .............................................. 47
DA-108 FLOW ABLE FILL (MISC. EXT.) -OMITTED .................................................... 47
DA-109 BRICK PAVEMENT REPAIR(MISC. REPL.)-OMITTED .............................. 47
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)-
OMITTED ..................................................................................................................................... 47
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.) -OMITTED .............. 47
DA-112 MOVE IN CHARGES (MISC. REPL.)-OMITTED ............................................ 47
DA-113 PROJECT SIGNS (MISC. REPL.) -OMITTED ................................................... 47
DA-114 LIQUIDATED DAMAGES (MISC. REPL.)-OMITTED .................................... 47
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) -OMITTED ............... 48
DA-116 FIELD OFFIC·E ......................................................................................................... 48
DA-117 TRAFFIC CONTROL PLAN ................................................................................... 48
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS 48
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS
10/23/08 ASC-3
PART DA -ADDITIONAL SPECIAL CONDITIONS
The City reserves the right to abandon without obligation to the contractor, any part of the project.
or the entire project, at any time before the contractor begins any construction work authorized by
the City . Award, if made , shall be to the lowest responsible bidder.
The following shall apply for contract documents with multiple units of work. Each unit represents
a separate project, each with an individual M/WBE specification and proposal section. The
proposal sections are arranged to allow prospective bidders to submit bids on one unit, some of
the units, or all of the units. Award of contract(s), if made, shall be to the lowest responsible
bidder for each individual unit. If a contractor is the low bidder on two units or more, a single set
of contract documents consisting of all applicable units will be created and one single award of
contract shall be made. The Contractor shall comply with the City's M/WBE Ordinance for the
applicable unit or combination of units and shall submit monthly M/WBE reports for the applicable
unit or combination of units.
Construction time on all units will run concurrently. Far situations involving approved contracts
with multiple units , the total allowable construction completion time period for all the units shall be
the same as the unit with the longest construction time period.
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE -OMITTED
DA-3 PIPE ENLARGEMENT SYSTEM -OMITTED
DA-4 FOLD AND FORM PIPE -OMITTED
DA-5 SLIPLINING -OMITTED
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT-OMITTED
DA-7 TYPE OF CASING PIPE -OMITTED
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR -OMITTED
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1.
2.
3.
10/23/08
Scope: This section governs all wor~. materials and testing required for the
application of interior protective coating. Structures designated to received interior
coating are listed on the construction drawings. The structures are to be coated,
including interior wall, top and bench surfaces . Protective coating for corrosion
protection shall meet the requirements of this Specification (and items DA-14 and
DA-15) and the Manufacturers recommendations and specifications .
Description: The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
protective coating of structures in accordance with manufacturer's
recommendations.
Manufacturer's Recommendations: Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations.
ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Corrosion Protection: Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected.
B. MATERIALS:
1. Scope: This section governs the materials required for completion of protective
coating of designated structures.
2. Protective Coating: The protective coating shall be a proprietary two component,
100 percent solids, rigid polyurethane system designated as Spray Wall as
manufactured by Sprayraq, Inc. or a two-part epoxy resin system using 100% solids
based epoxy binder with fibrous and flake fillers, is manufactured by Raven Lining
systems and designated as Raven 405.
3. Specialty Cement (If required for leveling or filling): The specialty cement-based
coating material shall be either Quad ex QM-1 s as manufactured by Quad ex, Inc. or
Reliner MSP as manufactured by Standard Cement Materials.
4 . Material Identification: The protective coating material sprayed onto the surface of
the structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows:
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10,000 psi
550,000 psi
5. Mixing and Handling: Mixing and Handling of specialty cement material and
protective coating material, which may be toxic under certain conditions shall be in
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C. EXECUTION:
10/23/08
1. General: Protective coating shall not be installed until the structure is complete
and in place.
2. Preliminary Repairs:
a. All foreign materials shall be removed from the interior of the structure
using high pressure water spray (3500 psi to 4000 psi at spray tip).
ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. All unsealed lifting holes, unsealed step holes, and voids larger than
approximately one-half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application.
c. After all repairs have been completed, remove all loose material.
3. Protective Coating:
a. The protective coating shall be applied to the structure from the bottom of
the frame to the bench , down to the top of the trough. The top of the
structure shall also be coated.
b. The protective coating shall be installed in accordance with the
manufactL!_rer's recommendations and the following procedure.
1) The surface shall be thoroughly cleaned of all foreign materials and
matter.
2) Place covers over the invert to prevent extraneous material from
entering the sewers .
3) If required for filling or leveling. apply specialty cement product to
provide a smooth surface for the coasting material.
4) Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0.125
inches). Thickness to be verifiable through the use of methods
acceptable to the Engineer. After the walls are coated , the wooden
bench covers shall be removed .
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch , before being subjected to active
flow .
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur inside the structure within 24 hours after
application.
4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for
watertightness shall be performed by the Contractor after operations are
complete in accordance with the Section D-36 -VACUUM TESTING OF
SANITARY SEWER MANHOLES.
D. MEASUREMENT AND PAYMENT: Payment shall be based on the Contract Unit Price
Bid per vertical foot. measured from the bottom of the frame to the top of the bench. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials, equipment and material testing required to complete the
work. Pressure grouting, if necessary to stop active infiltration prior to application of the
protective coating, shall be included in the above unit price. Grouting of the pipe seals,
bench and trough, and lower portion of a particular structure , if required by the Engineer,
shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION .
1012310s ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-10 MANHOLE REHABILITATION -OMITTED
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION -OMITTED
DA-12 INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM
A. GENERAL
1. Scope -This section governs all work, materials and testing required far the
application of interior manhole coating. Manholes designated for interior coating are
listed on the Manhole Rehabilitation schedule. Interior manhole coating shall meet
the requirements of this section or of Section DA-13, DA-14, DA-15, DA-16 or DA-
17.
2. Description -The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of interior
coating of manholes in accordance with the Contract Documents .
3. Manufacturers Recommendations -Materials, mixture ratios, and procedures utilized
for the coating process shall be in accordance with manufacturers'
recommendations.
4. Manholes -Manholes to be coated are of brick, black, or concrete construction.
Some manholes may have a cementitious sprayed or trawelled an coating over the
original interior surface.
B. MATERIALS
1.
2.
3.
4.
10/23108
Scope -This section governs the materials required for completion of interior coating
of manholes.
Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and
pozzolanic materials, silica fume admixture, 100 percent polypropylene fibers and
other selected ingredients, as manufactured by Standard Cement Materials. No
material (other than clean potable water) shall be used with or added to these
standard products without prior approval or recommendation of the respective
manufacturer.
Material Identification -Contractor shall completely identify the types of grout, mortar,
patching compounds, sealant, and/or root control chemicals used and provide case
histories of successful use or defend the choice of grouting materials based on
chemical and physical properties, ease of application, and expected performance, to
the satisfaction of the Engineer.
Mixing and Handling -Mixing and handling of interior coating, which may be toxic
under certain conditions shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate protective measures to ensure
that materials are under control at all times and are not available to unauthorized
personnel or animals. All equipment shall be subject to the approval of the Engineer.
ASC-7
PART DA -ADDITIONAL SPECIAL CONDITIONS
Only personnel thoroughly familiar with the handling and application of the coating
material shall perform the coating operations.
C. EXECUTION
10/23/08
1. General -Manhole coating shall not be performed until replacement of manhole
covers, sealing of manhole frame and grade adjustments, partial manhole
replacement, or concrete collar construction is complete.
2. Temperature -Normal interior coating operation shall be performed at temperatures
of 40°F or greater. No application shall be made when freezing is expected within 24
hours. If ambient temperatures are in excess of 90°F, precautions shall be taken ta
keep mixing water below 85°F, using ice if necessary.
3. Interior Manhole Coating
4.
a. The interior coating shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough, including the bench/trough.
b. The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements of Section
DA-11, SURFACE PREPARATION FOR MANHOLE
REHABILITATION.
2) The surface prior to application shall be damp without noticeable free
water droplets or running water. Reliner MSP material shall be spray
applied (using a manufacturer approved machine) ta a minimum
uniform thickness at 1-inch minimum. Troweling shall begin
immediately following the spray application. The trowelled surface
shall be smooth with no evidence of previous void areas.
After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed with Reliner MSP material in such a
manner as to produce a bench having a gradual slope from the walls
to the invert with the wall/bench intersection built up and rounded to a
uniform radius for the full circumference of the intersection. The
thickness of the bench shall . be no less than 1-inch at the invert and
shall increase in the direction of the wall so as to provide the required
slope.
3) The final application shall have a minimum of four (4) hours cure time
before being subjected to active flow. Ambient conditions in the
manhole are adequate for curing as long as the manhole is covered.
4) Traffic shall not be allowed over manholes for 24 hours after
reconstruction is complete.
Testing of Rehabilitated Manholes
ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Testing of rehabilitated manholes for watertightness shall be performed by
the contractor after operations are complete in accordance with Section DA-
21.
b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall
be taken from each days work with the date, location and job recorded on
each. The cylinders shall be sent to a certified testing laboratory for testing.
A compression test will be made per ASTM C780 or ASTM C-10, as
recommended by the material manufacturer, and the results will be furnished
to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot. measured from the top
of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials, equipment and
all material testing necessary to complete the work. Grouting, if necessary, shall be included
in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a
particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be
done by the Engineer, shall be paid for separately at the Contract Unit Price.
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM
A. GENERAL
1. Scope
This section governs all work, materials and testing required for the application of interior
manhole coating. Manholes designated for interior coating are listed the Manhole
Rehabilitation Schedule. Interior manhole coating shall meet the requirements of this
Section or of Section DA-12, DA-14, DA-15, DA-16 or DA-17.
2. Description
The Contractor shall be responsible for the furnishing of all labor, supervision, materials,
equipment, and testing required for the completion of interior coating of manholes in
accordance with the Contract Documents.
3. Manufacturers Recommendations
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturers' recommendations.
4 . Manholes
Manholes to be coated are of brick, block, or concrete construction. Some manholes
may have a cementitiaus sprayed or trowelled on coating over the original interior
surface.
B. MATERIALS
1012310s ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Scope
This section governs the materials required for completion of interior coating of
manholes.
2. Interior Coating
Quad ex QM-1 s and Quad ex Excel proprietary pre-blended cement based synthetic
granite (Donnafill) enhanced polypropylene fiber reinforced coatings as
manufactured by Quadex, Inc. No material (other than clean potable water) shall be
used with or added to Quad ex QM-1 s or Quad ex Excel without prior approval or
recommendation from Quadex, Inc.
3. Material Identification
Contractor shall completely identify the types of grout, mortar, patching compounds,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties, ease of application, and expected performance, to the satisfaction of the
Engineer.
4. Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject ta the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the coating
operations.
C. EXECUTION
10/23/08
1. General
Manhole coating shall not be performed until replacement of manhole covers, sealing
of manhole frame and grade adjustments, partial manhole replacement, or concrete
collar construction is complete.
2. Temperature
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours. If
ambient temperatures are in excess of 90°F, precautions shall be taken to keep
mixing water below 85°F, using ice if necessary.
3. Interior Manhole Coating
a. The interior coating shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough, including the bench/trough.
ASC-10
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
REHABILIATATION.
2) The surface prior to application shall be damp without noticeable free
water droplets or running water. QM-1s material shall be spray
applied (using a Quadex Model 9000 application machine or
manufacturer approved equal) to a minimum uniform thickness of 1-
inch minimum . Troweling shall begin immediately following the spray
application. The trowelled surface shall be smooth with no evidence
of previous void areas. ·
3) The final application shall have a minimum offour (4) hours cure time
before being subjected to active flow. Ambient conditions in the
manhole are adequate for curing as long as the manhole is covered.
4) Traffic shall not be allowed over manholes for 12 hours after
reconstruction is complete.
4. Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness shall be performed by
the contractor after operations are complete in accordance with Section DA-
21 .
. b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material shall
be taken from each days work with the date, location and job recorded on
each . The cylinders shall be sent to a certified testing laboratory for testing.
A compression test will be made per ASTM C780 , and the results will be
furnished to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot measured from the top of
the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision , materials, equipment and all
material testing necessary to complete the work. Grouting, if necessary to stop active leaks
in manhole wall areas. shall be included in the above unit price. Grouting of the pipe seals,
bench and trough, and lower portion of a particular manhole, if required by the Manhole
Rehabilitation Schedule or required to be done by the Engineer, shall be paid for separately
at the Contract Unit Price.
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM
A. GENERAL
1. Scope
10/23/08 ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
This section governs all work, materials and testing required for the application of
interior manhole coating . Manholes designated for interior coating are listed an the
Manhole Rehabilitation Schedule. Interior manhole coating shall meet the
requirements of this Section or of Section DA-12, DA-13, DA-15, DA-16 or DA-17.
2. Description
The Contractor shall be responsible far the furnishing of all labor, supervision,
materials, equipment, and testing required far the completion of interior coating of
manholes in accordance with the Contract Documents .
3. Manufacturer's Recommendations
Materials, mixture ratios, and procedures utilized far the coating process shall be in
accordance with manufacturer's recommendations.
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) inch specialty cement-based coating material
(Quadex QM-1 s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
10123/08
1. Scope
This section governs the materials required for completion of interior coating of
manholes.
2. Interior Coating
The interior coating shall be a proprietary two component, 100 percent solids, rigid
polyurethane system designated as Spray Wall as manufactured by Sprayroq , Inc.
3. Specialty Cement
The specialty cement-based coating material shall be either Quad ex QM-1 s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement
Materials.
4. Material Identification
The interior manhole coating material sprayed onto the surface of the manhole shall
be a urethane resin system formulated for the application to a sanitary sewer
environment. The spray system shall exhibit the physical properties as follows:
Property
Tensile Strength
Flexural Stress
Standard
ASTM D-638
ASTM D-790
ASC-12
Long Term Value
5,000 psi
10,000 psi
PART DA -ADDITIONAL SPECIAL CONDITIONS
Flexural Modulus ASTM 0-790 550,000 psi
5. Mixing and Handling
Mixing and handling of specialty cement material and interior coating material, which
may be toxic under certain conditions shall be in accordance with the
recommendations of the manufacturer and in such a manner as to minimize hazard
to personnel. It is the responsibility of the Contractor to provide appropriate
protective measures to ensure that materials are under control at all times and are
not available to unauthorized personnel or animals. All equipment shall be subject to
the approval of the Engineer. Only personnel thoroughly familiar with the handling of
the coating material shall perform the spray coating operations and coating
installations.
C. EXECUTION
10/23/08
1. General
Manhole coating shall not be installed until sealing of manhole frame and grade
adjustments, or partial manhole replacement when required for the manhole per the
Manhole Rehabilitation Schedule , is complete.
2. Temperature
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
a. The interior coating shall be applied to the manhole from the bottom of the
frame to the bench, down to the top of the trough .
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pressure water
spray (minimum 3500 psi at spray tip), cleaning -with muriatic acid,
degreaser, or other solvents as needed in order to remove any film or
residue on the surface.
2) Place covers over the invert to prevent extraneous material from
entering the sewers.
3) Apply a minimum of one-half (1/2) inch specialty cement product
(Quadex QM-1 s or Reliner MSP) smooth surface for the urethane
coating material.
4) Spray the urethane onto the manhole wall and bench/trough with a
minimum thickness of 125 mils (0.125 inches). Thickness to be
verifiable through the use of methods acceptable to the Engineer.
ASC-13
PART DA -ADDITIONAL SPECIAL CONDITIONS
5) Coat trough area with specialty cement product (Quadex QM-1s or
Reliner MSP).
1. Testing of Rehabilitated Manholes
a. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21.
D. MEASUREMENT AND PAYMENT
. Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment and
material testing required to complete the work. Grouting, if necessary, shall be included in
the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of a
particular manhole, if required by Manhole Rehabilitation Work Schedule or required to be
done by the Engineer, shall be paid for separately at the Contract Unit Price.
DA-15 INTERIOR MANHOLE COATING-RAVEN LINING SYSTEM
A. GENERAL
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall
meet the requirements of this Section, or of Section DA-12, DA-13, DA-14 , DA-16 or
DA-17.
2. Description
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials, mixture ratios , and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations.
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
{Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MATERIALS
10123108 ASC-14
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Scope
This section governs the materials required for completion of interior coating of manholes.
2. Interior Coating
Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405.
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1 s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard Cement
Materials.
4. Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting materials based on chemical and physical properties, ease of
application, and expected performance. These grouting materials shall be
compatible with Raven 405 interior coating. The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials.
5. Mixing and Handling
Mixing and handling of interior coating, which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Coating shall be
performed only by certified applicators approved by the manufacturers.
C. EXECUTION
10/23/08
1. General
Manhole coating shall not be performed until sealing of manhole from frame and
grade adjustments, partial manhole replacement, manhole grouting or sewer
replacement/repairs are complete.
2. Temperatures
3.
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
Interior Manhole Coating
ASC-15
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule. The interior coating shall be applied to the manhole
from the bottom of the manhole frame to the bench/trough, including the
bench/trough.
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements of Section
DA-11, SURFACE PREPARATION FOR MANHOLE
RESTORATION.
2) Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1s or Reliner MSP) smooth surface for the
urethane coating material.
3) The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0.125 inch).
4) After the walls are coated, the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls.
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch, before being subjected to active flow.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur in side the manhole within 24 hours after
application.
4. Testing of Rehabilitated Manholes
a. After the epoxy liner has set (hard to touch), all visible pinholes shall be
repaired. Repairs shall be made by lightly abrading the surface and brushing
the lining material over the area. All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations. Spat
check of coating thickness may be made by Owner's Representative, and the
contractor shall repair these areas as required, at no additional cast ta the
Owner.
b. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 -VACUUM TESTING OF REHABILITATED MANHOLES.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
1012310s ASC-16
PART DA -ADDITIONAL SPECIAL CONDITIONS
testing necessary to complete the work. Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
A. GENERAL
This section prescribes the minimum standards for the safe and efficient rehabilitation of
sewer structures , utilizing Permacast with Epoxy Liner.
B. MATERIALS
1. L~ak Plugging
Leak Plugging of the same or greater strength than the Liner Mix and/or chemical
grouts may be used. If water pressures are severe, the contractor may drill relief
hales at the bottom of the manhole wall to concentrate the leaks before plugging.
2. Patching Mix
Voids which have not compromised the structure in-its overall soundness must be
filled prior to lining with materials of the same or greater strength than the Liner Mix.
3. Liner Mix
Shall be densely compacted, Reliner Microsilicate cement mortar, Quadex QM-ls
and Quadex Excel cement mortar, or approved equal, applied uniformly at a
minimum thickness of Y:a inch. Liner Mixes shall attain strengths as follows:
Compressive ASTM C-109
Flexural ASTM C-295
Elasticity ASTM C-469
24 HOURS
3500 psi
650 psi
180,000 psi
28 DAYS
10,000 psi
800 psi
1,150,000 psi
It shall be delivered in factory prepared packaging suitable for mixing with just the addition of
clean water in the prescribed dosage. No additives shall be used at the site without prior
approval.
All visible leaks must be plugged prior to application of the cementitious liner with quick
setting, non-shrink hydraulic cement mortar.
C. EXECUTION
10/23/08
1. Mixing
2.
The manufacture's published technical specifications and directions for proportioning
and mixing shall be strictly followed by the certified applicator.
Equipment
ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
Equipment shall be as recommended by the manufacturer to ensure proper mixing
and pumping of the mortar and shall be clean and in good working order according to
the manufacture's published recommendations for safe operation. Only factory
certified workers shall operate with a controllable retrieval method shall be used to
produce a uniform and dense application without the need to trowel which can
weaken the mortar.
3. Application
Once prepared, the application shall commence, in accord with the manufacturer's
recommended procedures and in the presence of the owner's inspector in a single
application to the prescribed thickness (1/2 inch or greater) without delay or
interruption in order to produce a uniform and monolithic liner. Multiple layers with
time between for drying are not allqwed. Once completed, the manhole shall be
covered to prevent air drying.
4. Testing & Verification
Testing of rehabilitated manholes for water tightness shall be performed by the
Contractor after operations are complete in accordance with Section DA-21.
The owner's inspector shall verify the thickness with a wet gauge. Any area found to
less than the minimum prescribed thickness shall result in the minimum prescribed
thickness shall result in the immediate relining of the entire interior.
Two test cubes shall be made from each day's mix and tested for strength
verification .
D. CORROSION PREVENTION
10/23/08
1. Preparation & Procedure
The liner shall be applied to the prepared interior as specified in proceeding sections
at ~ inch thickness.
2 Protective Coating
The protective coating shall be a 100% solids epoxy with no volatile organic
compounds and white in color to optimize visual inspection.
Minimum physical properties shall be:
Hardness
Tensile Strength
Compressive Strength
Flexural Strength
ASTM D-2240
ASTM D-63860
ASTM D-69544
ASTM D-79058T
65 Shore D
10,000 psi
15,000 psi
1,000 psi
It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before
new bacterial growth can contaminate the underlying mortar. It shall have a
minimum thickness of 125 mils and shall not run or sag during placement.
ASC-18
PART DA -ADDITIONAL SPECIAL CONDITIONS
3. Safety
If personnel are required to enter the confined space during the application
procedure, each and all OSHA requirements as well as those required by the
manufacturer's material safety data sheets shall be complied with fully.
4 . Testing & Verification
The interior shall be visually inspected for thoroughness of coverage. When dry to
the touch , the entire interior shall be tested with a Tinkor & Rasor holiday detector at
the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies
shall be immediately corrected and retested .
E. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision , materials , equipment all
testing necessary to complete the work. Payment for grouting of pipe seals , bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM
A. GENERAL
1. Scope. This section governs all work, materials and testing required for the
application of interior manhole coating. Manholes designated for interior coating
are listed in the Manhole Rehabilitation Schedule , listed in Part 1. Interior
manhole coating shall meet the requirements of this Section or of Section DA-12 ,
DA-13, DA-14, DA-15 or DA-16 .
2. Description. The Contractor shall be responsible for the furnishing of all labor,
supervision, materials , equipment, and testing required for the completion of
interior coating of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations . Materials, mixture ratios , and procedures
utilized for the coating process shall be in accordance with manufacturers
recommendations.
4. Manholes. Manholes to be coated are of brick, block, or concrete construction .
Some manholes may have a cementitious sprayed or trowelled-on coating over the
original interior surface.
B. MATERIALS
10/23/08
1. Scope. This section governs the materials required for completion of interior
coating of manholes.
2. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based ,
fiber-reinforced coating as manufactured by Strang-Seal Systems of Pine Bluff,
ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
AR. No material (other than clean potable water) shall be used with or added to
Strong-Seal MS-2A without prior approval or recommendation from Strong-Seal
Systems.
3. Material Identification. Contractor shall completely identify the types of grout,
mortar, patching compounds, sealant. and/or root control chemicals used and
provide case histories of successful use or defend the choice of grouting materials
based on chemical and physical properties, ease of application. and expected
performance, to the satisfaction of the Engineer.
4. Mixing and Handling. Mixing and handling of interior coating, which may be toxic
under certain conditions , shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate protective measures to
ensure that materials are under control at all times and are not available to
unauthorized personnel or animals. All equipment shall be subject to the approval
of the Engineer. Only personnel thoroughly familiar with the handling of the coating
material shall perform the coating operations.
C. EXECUTION:
10/23108
1. General. Manhole coating shall not be performed until replacement of manhole
covers, sealing of manhole frame and grade adjustments. partial manhole
replacement , or concrete collar construction is complete.
2. Preliminary Repairs
3.
a) All foreign materials shall removed from the manhole interior using high
pressure water spray (minimum 3500 psi). loose and protruding brick.
mortar, and concrete shall be removed using a masonry hammer and chisel
and/or scrapers. Existing roots and manhole steps shall be removed by
cutting them 1" below the surface of the manhole .
b) All unsealed lifting holes. unsealed step holes. voids larger than
approximately one-half (1/2) inch in thickness shall be filled with rapid-
setting, trowel-applied patching compound prior to spray application of the
MS-2A coating.
c) Active leaks shall be stopped using rapid-setting hydraulic cement products
specifically for that purpose and according to manufacturer's
recommendation. Some leaks may require grouting to stop the inflow.
Grouting shall be performed in accordance with Section DA-20. Contact
Strong-Seal Systems for grouting recommendations.
d) After all repairs have been completed , remove all loose material.
Temperature . Normal interior coating operation shall be performed at
temperatures of 40 Degrees F or greater. No application shall be made when
freezing is expected within 24 hours. If ambient temperatures are in excess of 90
Degrees F. precautions shall be taken to keep mixing water below 85 Degrees F,
using ice if necessary.
ASC-20
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Interior Manhole Coating
a) The interior coating shall be applied to the manhole from the top of the
bench/trough to the top of the corbel or flattop, including the bench/trough.
b) The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure.
(1) The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pressure
water spray (minimum 3500 psi).
(2) Place covers over invert to prevent extraneous material from
entering the sewer.
(3) The surface prior to application shall be damp without noticeable
free water droplets or running water. MS-2A material shall be spray
applied (using a manufacturer approved application machine) to a
uniform thickness of 1" minimum. Troweling shall begin immediately
following the spray application. The trawelled surface shall be
smooth with no evidence of previous void areas.
{ 4) The application shall have a minimum of four hours ( 4) cure time
before being subjected to active normal flows. Ambient conditions in
the manhole are adequate for curing as long as the manhole is
covered.
(5) Traffic shall not be allowed over manholes for 12 hours after
reconstruction is complete.
5. Testing of Rehabilitated Manholes
a) Testing of rehabilitated manholes for water-tightness shall be performed by
the contractor after operations are complete in accordance with Section
DA-21.
b) At least four (4) 2-inch cubes of the coating material shall be taken from
each day's work with the date, location and job recorded on each. The
cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A
compression test will be made according ta ASTM C-109, and the results
will be furnished to the engineer and the owner.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per each manhole coated. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials, equipment and material testing necessary to complete the
work. Grouting, if necessary to stop active leaks in manhole well areas, shall be included
in the above unit price. Grouting of the pipe seals, bench and trough, and lower portion of
a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required
to be done by the Engineer, shall be paid far separately.
1012310a ASC-21
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-18 RIGID FIBERGLASS MANHOLE LINERS -OMITTED
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION -OMITTED
DA-20 PRESSURE GROUTING
A. GENERAL
1. Scope. This Section governs all work, materials and testing required for the pressure
grouting of manhole defects. Manholes or sections of manholes with active leaks
shall be repaired as indicated in the Manhole Rehabilitation Schedule.
2. Description., The Contractor shall be responsible for the furnishing of all labor,
supervision, materials, equipment, and testing required for the completion of
pressure grouting of manhole defects in accordance with the Contract Documents.
3. Manufacturer's Recommendations. Materials, additives, mixture ratios, and
procedures utilized for the grouting process shall be in accordance with
manufacturer's recommendations.
4. Manholes. Manholes to be grouted are of brick, concrete, or fiberglass construction.
A. MATERIALS
10/23108
1. Grouting Materials:
a. Urethane Gel Grout: Urethane gel grout, such as Scotch-Seal 5610 gel or
equal shall be a hydrophilic polymer. The chemical shall be mixed within the
range of from 8 to 10 parts of water and shall contain a reinforcing agent
supplied by the same manufacturer. The material shall gel and cure to a
tough flexible elastomeric condition. When wet, the gel shall exhibit strength
properties of at least 25 psi tensile at 150 percent elongation. The material
shall not change in linear dimension more than eight percent when subjected
to wet and dry cycles.
b. The chemical grout shall be applied so as to have the grout material flow
freely into the defects. To avoid any wastage of the material flowing through
the defects, a gel control agent may be added. The following properties shall
be exhibited by the grout:
1)
2)
3)
4)
Documented service of satisfactory performance in similar usage.
Controllable reaction times and shrinkage through the use of
chemicals supplied by the same manufacturer. The minimum gel set
time shall be established so that adequate grout travel is achieved.
Resistance to chemicals; resistant to most organic solvents, mild
acids and alkali.
Compressive recovery return to original shape after repeated
deformation.
ASC-22
1.
2.
3.
4.
10123/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
5) The chemical shall be essentially non~toxic in a cured form.
6) Sealing material shall not be rigid or brittle when subjected to dry
atmosphere. The material shall be able to withstand freeze/thaw and
moving load conditions.
7) Sealing material shall be noncorrosive.
a. A reinforcing agent such as Scotch~Seal Brand 5612 reinforcing agent or
equivalent shall be utilized in accordance with manufacturer's
recommendations. Any 5612 reinforcing agent which contains lumps must
be discarded. Care must be taken to be sure that the pH of the water in the
tank is from 5 to 9. As a precaution against the possibility of the pH being
outs_ide this range, take a small amount of water from the tank to which Gel
Reinforcing Agent 5612 is to be added. Add a few drops of 5612 to this test
sample. Scotch~eal Brand Gel Reinforcing Agent 5612 should disperse
readily. If precipitation occurs, drain the tank and retest. Repeat as
necessary until dispersion occurs. If dispersion does not occur, do not use
the water source.
b. A filler material such as Celite 292 (diatomaceous earth) from Johns
Mansville or equivalent shall be utilized. The addition of the filler material
shall not exceed the quantity specified by the manufacturer. and continuous
agitation of the water side of the mixture is required. The filler material may
also be utilized as a reinforcing agent in accordance with the urethane gel
grout manufacturer's recommendations.
Additives : Grout additions may be utilized for catalyzing the gel reaction, inhibiting
the gel reaction, buffering the solution, lowering the freezing temperature of the
solution, acting as a filler, providing strength or for inhibition of root growth.
Root Control: A root inhibiting chemical such as dichlobenil shall be added ta the
chemical grout mixture at a safe level of concentration and shall have the ability to
remain active within the grout for a minimum of 12 months.
Material Identification: Contractor shall completely identify the types of grout, mortar,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties, ease of application, and expected performance, to the satisfaction of the
Engineer.
Mixing and Handling: Mixing and handling of chemical grout and forming
constituents. which may be toxic under certain conditions shall be in accordance with
the recommendations of the manufacturer and in such a manner as to minimize
hazard to personnel. It is the responsibility of the Contractor to provide appropriate
protective measures to ensure that chemicals or gels produced by the chemicals are
under control at all times and are not available to unauthorized personnel or animals.
All equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the grout material and additives shall perform
the grouting operations.
ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
10/23/08
1. General. Manhole grouting shall not be performed until sealing of manhole frame
and grade adjustments, partial manhole replacement , or manhole repairs are
complete.
2. Preliminary Repairs:
a. Seal all unsealed lifting holes , unsealed step holes, voids larger than
approximately one-half (1/2) inch in thickness. All cracked or deteriorated
material shall be removed from the area to be patched and replaced with
Octocrete, as manufactured by IPS Systems, Inc. or equal, in accordance
with manufacturer's specifications.
b. Cut and trim all roots within the manhole.
3. Temperature.:. Normal grouting operations including application of interior coating
shall be performed in accordance with manufacturer's recommendations.
4. Grouting Material Usage. Grouting of the manhole may include corbel , wall, pipe
seals, manhole joints, wall to flattop joint, and/or bench/trough . Areas of the manhole
designated to be grouted will be directed by the Engineer. If entire manhole is
scheduled for grouting, grouting shall include the entire manhole including corbel,
wall, pipe seals and bench/trough. Pipe seal grouting shall include all pipe seals in
the specified manhole and grouting of the specified manhole including the
bench/trough to the maximum height of 18 inches from the crown .
5. Drilling and Injection:
6.
a. Injection holes shall be drilled through the manhole wall at locations indicated
in the appropriate detail{s).
b. Grout shall be injected through the holes under pressure with a suitable
probe. Injection pressure shall not cause damage to the manhole structure
or surrounding surface features. Grout shall be injected through the lowest
holes first. The procedure shall be repeated until the manhole is externally
sealed with grout.
c. Grouting from the ground surface shall not be allowed.
d. Grout travel shall be verifie-d by observation of grout to defects or adjacent
injection holes. Provide additional injection holes, if necessary, to ensure
grout travel.
e. Injection holes shall be cleaned with a drill and patched with a waterproof
quick setting mortar for brick and concrete manholes.
Testing of Rehabilitated Manholes. Testing of rehabilitated manholes for water
tightness shall be performed by the Contractor in the presence of the Engineer in
accordance with the requirement of Section DA-21, VACUUM TESTING OF
REHABILITATED MANHOLES of these specifications.
ASC-24
PART DA -ADDITIONAL SPECIAL CONDITIONS
D. MEASUREMENT AND PAYMENT
If the entire manhole is grouted, the Contract Unit Price shall be per vertical foot grouted as
indicated on the Manhole Rehabilitation Schedule included in these specifications or as required by
the Engineer.
Payment for grouting pipe seals, bench and trough, and 18 inches above crown of pipe, and
grouting flattop to wall joint, shall be based on the Contract Unit Price per each manhole
rehabilitated as indicated on the Manhole Rehabilitation Schedule. The Contract Unit Price shall be
payment in full for performing the work and for furnishing all labor. supervision, materials,
equipment, preliminary repairs and testing necessary to complete the work including grouting with
urethane grout.
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES
A. GENERAL
Scope. This section describes manhole testing to effectively confirm the watertight integrity of
existing manholes following structural ,infiltration and inflow related repairs and that the appearance
of the work is acceptable.
Description:
Infiltration may be observed in manhole defects at manhole walls. pipe seals or bench/trough areas.
Infiltration related repairs are intended to eliminate leakage of groundwater into manholes.
Inflow may be observed in manhole defects at manhole frames, covers, frame seals , grade
adjustments. grade adjustment seals, corbels, or walls. Inflow related repairs are intended to
eliminate sources of surface water entry that become active during rainfall events.
Structural repairs may be required when making 1/1 related manhole repairs. Structural repairs may
include defects in any manhole compon~nts but not displaying 1/1.
Testing, Observations and Guarantee Periods:
The testing required shall be performed by the Contractor at locations designated by the Engineer
and documented to the satisfaction of the Engineer.
Any new or rehabilitated manholes that are observed to be leaking by the Engineer during periods of
high groundwater or during inflow conditions shall be subject to additional repairs . The Contractor
shall be responsible for all additional repairs required on these unsatisfactory manholes during the
guarantee period .
All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship for
a minimum of three (3) years from the date of final acceptance of the project. Any manhole repairs
completed by the Contractor which fail during the warranty period shall be repaired to the
satisfaction of the City at no additional cost to the City.
B. MATERIALS -Not specified .
10123108 ASC-25
PART DA -ADDITIONAL SPECIAL CONDITIONS
C. EXECUTION
Infiltration Testing~
All interior coated manholes and all partial replacement manholes shall be observed (tested) by the
Contractor in the presence of the Engineer for sources of infiltration. Observations will be made
during high groundwater conditions, wherever possible.
Manholes shall be tested after installation with all connections (existing and/or proposed) in place.
Drop-connections and gas sealing connections shall be installed prior ta testing. The lines entering
the manhole shall be temporarily plugged with the plugs braced to prevent them from being drawn
into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing
connections, etc. The test head shall be placed inside the frame at the tap of the manhole (so that
the manhole frame seal is tested) and inflated in accordance with the manufacturer's
recommendations. A vacuum of 10 inches of mercury shall be drawn, and the vacuum pump will be
turned off. With the valve closed, the level of vacuum shall be read after the required test time. If
the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury),
the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be
removed. The required test time is determined from Table I.
Table I
MINIMUM TIME REQUIRED FOR A VACUUM DROP
OF 1" H9 (1 O"H 9 • 9"H9 ) (SEC)
DEPTH OF M.H. 48-lnch Dia. 60-lnch Dia .
(FT.) Manhole Manhole
8 20 sec. 26 sec.
10 25 sec. 33 sec.
12 30 sec. 39 sec.
14 35 sec. 45 sec.
16 40 sec. 52 sec.
18 45 sec. 59 sec.
** T=5sec. T=6.5 sec.
72-lnch Dia.
Manhole
33 sec.
41 sec .
49 sec.
57 sec.
67 sec.
73 sec .
T=8 sec.
**For all Manholes over 18 feet in depth, add "T" seconds as shown far each respective diameter for
each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example: A
30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds.
45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85).
Manhole vacuum levels observed to drop greater than 1-inch of mercury (Final vacuum less than 9-
inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor
shall make the necessary repairs to the already completed rehabilitation work at no additional
compensation. If the failure of the vacuum test is determined to be due to preexisting conditions not
an the manhole rehabilitation schedule for that manhole, this additional work may be authorized by
the Owner's Representative. After completion of the additional rehabilitation the manhole shall then
be re-tested as described above until a successful test is made. Only one payment for manhole
vacuum testing will be made on each manhole.
Vacuum testing is required on all manholes having interior rehabilitation.
Inflow Testing:
10/23/08 ASC-26
PART DA -ADDITIONAL SPECIAL CONDITIONS
All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully
passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer. The
dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed
water shall be applied for at least ten minutes.
Manholes observed to be actively leaking greater than one drip per five seconds will have failed the
test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the
Contractor at no additional compensation.
Other Testing:
One {1) rehabilitated manhole will be randomly selected for further testing . A laboratory selected by
the City will take core samples of wall sections of manholes with wall coatings. Testing of the core
samples will be done ta evaluate material thickness, compressive strength, flexural strength and
slant shear band strength. The following are the minimum required strengths for cementitious and
non-cementitious wall coatings:
Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109
and shall meet or exceed a minimum 28-day break of 4,000 psi.
Flexural Strength . Flexural strength shall conform to ASTM C 348 and shall meet or
exceed a minimum 28-day break of 1,200 psi.
Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882
modified and shall meet or exceed a minimum 28-day break of 2AOO psi.
If the manhole tested fails to pass any of these requirements, another manhole shall be
selected and tested. If the second manhole fails, the City may, at its option, stop work until
the Contractor can provide assurance that testing requirements can be met.
Guarantee:
Contractor shall warrant that the workmanship and materials are free from defects and that the
manholes are sealed from inflow and infiltration for a period of three {3) years from the date of final
acceptance of the project.
D. MEASUREMENT AND PAYMENT
Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole
Vacuum Test actually performed and passed and the appearance of the completed manhole is
visually acceptable. Payment shall be full compensation for all labor and materials necessary to
complete each test No payment will be made for additional vacuum tests or any dyed water testing.
Payment for manhole core testing , including all labor and materials necessary to complete each
test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed
and passed.
DA-22 FIBERGLASS MANHOLES
10/23/08 ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. DESCRIPTION:
This item shall govern the furnishing and installation of fiberglass manholes. The location
of these manholes are shown on the drawings .
Each manhole shall be a one-piece unit manufactured to meet or exceed all specifications
of ASTM D-3753, latest edition, as manufactured by L.F. Manufacturing, Inc., Giddings,
Texas, or approved equal. All manholes shall be uheavywall", !4 inch minimum wall
thickness .
B. GENERAL:
10/23108
1. Resin: The resins used shall be a commercial grade unsaturated polyester resin
or other suitable polyester or vinyl ester resin.
2. Reinforcing Materials: The reinforcing materials shall be commercial Grade «E "
type glass in the form of continuous roving, and chap roving, having a coupling
agent that will provide a suitable bond between the glass reinforcement and the
resin.
3.
4.
5.
6.
7.
Interior Surfacing Material: The inner surface exposed ta the chemical
environment shall be a resin-rich layer of 0.010 to 0.020 in. thick. The inner
surface layer exposed to the corrosive environment shall be fallowed with a
minimum of two passes of chapped raving of minimum length 0.5 in. (13mm) to
maximum length of 2.0 in. (50.8 mm) and shall be applied uniformly to an
equivalent weight of 3 oz/ft. Each pass of chapped roving shall be well-rolled prior
ta the application of additional reinforcement. The combined thickness of the inner
surface and interior layer shall not be less than 0.10 in. (2.5 mm)
Wall Construction Procedure: After inner layer has been applied the manhole wall
shall be constructed with chop and continuous strand filament wound
manufacturing process which insures continuous reinforcement and uniform
strength and composition. The cone section, if produced separately, shall be
affixed to the barrel section at the factory with resin-glass reinforced joint resulting
in a one piece unit. Seams shall be fiberglassed on the inside and the outside
using the same glass-resin jointing procedure. Field joints shall not be acceptable
by anyone except the manufacturer.
Exterior Surface: For a UV inhibitor the resin on the exterior surface of the
manhole shall have gray pigment added for a minimum thickness 0.125 in.
Stubouts and Connections: Stubouts shall be installed at locations shown on the
drawings. Installation of SOR 35 PVC sewer pipe shall be performed by sanding,
priming, and using resin fiber-reinforced hand layup. The resin and fiberglass shall
be same type and grade as used in the fabrication of the fiberglass manhole. Kor-
N-Seal boots for each pipe connection shall be installed by manhole manufacturer
using fiberglass reinforced pipe stubout for Kor-N-Seal boot sealing surface.
Manhole Bottom: Manholes shall ha v e resin fiber-reinforced bottoms. Bottom
shall have a minimum of three 1 !4 in. deep x 3!4 in. wide stiffening ribs completely
ASC-28
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
enclosed with resin fiber-reinforcement and have a minimum 3 in. anti -flotation ring
as shown on the drawings. Manhole bottom shall be a minimum of 5/16 in. thick.
8. Fillers and Additives: Fillers, when used, shall be inert to the environment and
manhole construction. Sand shall not be accepted as an approved filler.
Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as
required by the specific manufacturing process to be used to meet the
requirements of this standard. The resulting reinforced-plastic material shall meet
the requirements of this specification .
C. MANUFACTURE:
Manhole cylinders , manway reducers , and connectors shall be produced from glass fiber-
reinforced polyester resin u_sing a combination of chop and continuous filament wound
process .
1. Interior Access : All manholes shall be designed so that a ladder or step system
can be supported by the installed manhole . Manhole steps will not be required,
however.
2. Manway Reducer: Manway reduces will be concentric with respect to the larger
portion of the manhole diameters through 60 inches.
3. Cover and Ring Support: The manhole shall provide an area from which a grade
rings can be installed to accept a typical metal ring and cover and have the
strength to support an H-20 traffic load without damage to the manhole.
D. REQUIREMENTS :
10/23/08
1. Exterior Surface : The exterior surface shall be smooth with no sharp projections.
2.
Hand-work finish will be acceptable as long as enough resin is present to eliminate
fiber show. The exterior surface shall be free of blisters larger than 0.5-inch
diameter, delamination or fiber show.
Interior Surface: The interior surface shall be resin rich with no exposed fibers.
The surface shall be free of crazing , delamination, blisters larger than 0 .5-inch
diameter and wrinkles of 0.125-inch or greater in depth . Surface pits shall be
permitted if they are less than 0.75 inches in diameter and less than 0.0625-inch
deep . Voids that cannot be broken with finger pressure and that are entirely below
the resin surface shall be permitted if they are less than 0.5-inch diameter and less
than 0.0625-inch thick .
3. Repairs: All manhole repairs by the manufacturer shall result in a product which
meets all requirements of this specification. Field repair of manholes will not be
allowed.
4. Diameter Tolerance: Tolerance of inside diameter shall be +/-1% of required
manhole diameter.
5. Load Rating: The complete manhole shall have a minimum dynamic-load rating of
16,000 lbf. when tested in accordance with ASTM D-3753 8.4 (note 1 ). To
ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
establish this rating the complete manhole shall not leak, crack, or suffer other .
damage when load tested to 40,000 lbf. and shall not deflect vertically downward
more than 0.25-inc at the point of the load application when loaded to 24,000 lb.
6. Stiffness: The manhole cylinder shall have the minimum pipe-stiffness values
shown in table below when tested in accordance with ASTM D-3753 8.5 (note 1 ).
HEIGHT-FT.
3-6.5
7-12.5
F/AY-PSI
0.75
1.26
7. Soundness: In order to determine soundness. apply an air or water pressure test
to the manhole test sample. Test pressure shall not be less than 3 psig or greater
than 5 psig. While holding at the established pressure,. inspect the entire manhole
for leaks. Any leakage through the laminate is cause for failure of the test. Refer
to ASTM D-3753 8.6 .
8. Chemical Resistance: The fiberglass manhole and all related components shall be
fabricated from corrosion proof material suitable for atmospheres containing
hydrogen sulphite and dilute sulfuric acid as well as other gasses associated with
the wastewater collection system.
E. PHYSICAL PROPERTIES:
1. Tensile Strength (psi)
2. Tensile Modules (psi)
3. Flexural Strength (psi)
4. Flexural Modules (psi)
5. Compressive (psi)
Hoop Direction
18,000
0.6 X 106
26,000
1.4 X 106
18,000
Axial Direction
5,000
0.7 X 106
4,500
0.7 X 106
10,000
F. QUALITY CONTROL:
Each completed manhole shall be examined for dimensional requirements, hardness, and
workmanship. All required ASTM D-3753 testing shall be completed and records of all
testing shall be kept and copies of test records shall be presented to customer upon
formal written request within a reasonable time period.
G. As a basis of acceptance the manufacturer shall provide an independent certification
which consist of a copy of the manufacturer's test report and accompanied by a copy of
the test results that the manhole has been sampled, tested , and inspected in accordance
with the provisions of this specification and meets all requirements.
H. SHIPPING AND HANDLING:
10/23/08
The fiberglass manholes shall not be dropped or struck. They may be lifted by inserting a
4" x 4'' x 30" timber into the top of manhole with cable attached or by a sling or "choker"
connection around center of manhole, lift as required. Use of chains or cables in contact
with the manhole surface is prohibited.
ASC-30
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
I. CONCRETE:
1. Fiberglass Bottom: Class F Concrete shall be used to form bench area and invert.
Class E Concrete shall be used on tap of anti-flotation ring and around the reduce
section as required for buoyancy and as shown on the drawings .
2. Concrete Bottom: Lawer manhole into wet concrete until it rests at the proper
elevation, with a minimum of 4 inches of fiberglass manhole inserted into the wet
concrete below flaw line, then move manhole to plumb . The concrete shall extend
a minimum of one foot from the outside wall of the manhole and a minimum of 6
inches above incoming lines. On the inside concrete shall form the bench and
invert area and rise a minimum of 4 inches above incoming lines. Concrete collars
shall be constructed around reducer section at locations shown on the drawings.
J. BACKFILL :
1. Backfill Material: Unless shown otherwise on drawings and approved by the
Engineer, sand, crushed stone, or pea gravel shall be used for backfill around the
manhole for a minimum distance of one foot from the outside surface and
extending from the bottom of the excavation to the top of the reducer section.
Suitable material chosen from the excavation may be used for the remainder of the
backfill. The material chosen shall be free of large lumps or clods, which will not
readily break down under compaction. This material will be subject to approval by
Engineer.
2. Backfill shall be placed in layers of not more than 12 loose measure inches and
mechanically tamped to 95% Standard Proctor Density, unless otherwise approved
by Engineer. Flooding will not be permitted . Backfill shall be placed in such a
manner as ta prevent any wedging action against the fiberglass manhole structure.
K. MARKING AND IDENTIFICATION:
Each manhole shall be marked on the inside and outside with the following information :
1. Manufacturer's name or trademark
2. Manufacturer's factory location
3. Manufacturer's serial number
4. Total height
5. Complies with ASTM D-3753
L. MEASUREMENT AND PAYMENT:
1.
2.
10123108
The price bid for new/ replacement manhole installations shall include all labor,
equipment and materials necessary for construction of the manhole including but
not limited ta joint sealing, lift hole sealing and exterior surface coating, concrete
base, concrete invert, connections to sewer pipes, castings, backfill, unpaved
surface restoration, and all appurtenant work. Payment shall not include pavement
replacement, which if required, shall be paid separately.
Payment far concrete collars and watertight manhole inserts, if required, will be
made separately , based on the appropriate bid items.
ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-23 LOCATION AND EXPOSURE OF MA.NHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes and
water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt to include the Construction Engineer (if he is available) in the
observation and marking activity. In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly. The following are utility contact
persons:
Company
Fort Worth Water Dept.
ATMOS Gas
TXU Electric
SWBT
Charter Communications
Fort Worth Transportation and Public Works
For other facilities
Telephone Number
817-392-8296
1-866-332-8667
1-800-242-9113
1-800-395-0440
817-246-5538
817-392-6594
1-800-DIG-TESS
Of course, under the terms of this contract, the contractor shall complete adjustment of the storm
drain and Water Department facilities, one traffic lane at a time within five (5) working days after
completing the laying of proposed H.M .A .C. overlay adjacent to said facilities.
Any deviation from the above procedure and allotted working days may result in the shut dawn of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor ta perform a most
accurate job and all casts to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER -OMITTED
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
This item shall include the removal and replacement of existing concrete driveways, due ta
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site. For
specifications governing this item see Item No. 104 "Removing Old Concrete", Item No. 504"
Concrete Sidewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No.
S-S5 of the Standard Specifications.
10123108 ASC-32
-
-
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
The unit price bid per square yard shall be full compensation for all labor, material , equipment,
supplies, and incidentals necessary to complete the work.
DA-26 REPLACEMENT OF H.M.A.C. PAVEMENT AND BASE -OMITTED
DA-27 GRADED CRUSHED STONES -OMITTED
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE
A. Description
This item shall consist of milling the existing pavement from the lip of gutter at a depth of
2" and transitioning to match the existing pavement (O" cut) at a minimum width of 5'. The
existing pavement to be milled will either be asphalt, concrete, or brick pavement. The
removal and disposal of the milled materials shall be as directed by the Engineer. The
milled surface shall provide a smooth surface free from gouges, ridges, oil film, and other
imperfections of workmanship and shall have a uniform textured appearance. In all
situations where the existing H.M.A.C. surface contacts the curb face the wedge milling
shall include the removal of the existing asphalt covering the gutter up to and along the
face of curb.
The wedge milling operations for this project will be performed in a continuous manner
along bath sides of the street. Details of milling locations are at the back of this document.
Contractor is required to begin the overlay, within five (5) calendar days from the date of
the wedge milling completion of any one street. Should the contractor fail to meet this
condition, the wedge milling will be shut down, and liquidated damage of $500.00 per day
per street will be assessed until all wedge milled streets are overlayed. The overlay, once
begun on a street shall continue uninterrupted until complete.
The Contractor shall haul-off the removed material to a suitable dump site.
B. Equipment
The equipment for removing the pavement surface shall be a power operated milling
machine or other equal or better mechanical means capable of removing, in either one
pass or two passes, the necessary pavement thickness in a five-foot minimum width. The
equipment shall be self-propelled with sufficient power, traction and stability to maintain
accurate depth of cut and slope.
The machine shall be equipped with an integral loading and reclaiming means to
· immediately remove material being cut from the surface of the roadway and discharge the
cuttings into a truck , all in one operation . Adequate back-up equipment (mechanical street
sweepers, loaders, water truck, etc.) and personnel will also be provided to keep flying
dust to a minimum and to insure that all cuttings are removed from street surface daily.
Stockpiling of planed material will not be permitted on the project site unless designated
by the Engineer. The machine shall be equipped with means to control dust created by the
cutting action and shall have a manual system providing for uniformly varying the depth of
cut while the machine is in motion thereby making it possible to cut flush to all inlets,
manholes, or other obstructions within the paved area. The speed of the machine shall be
variable in order to leave the desired grid pattern specified under Surface Texture.
1012310a ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
The unit price bid per linear feet shall be full compensation for all labor, material,
equipment , tools, and incidentals necessary to complete the work.
DA-29 BUTT JOINTS -MILLED
A. Description:
This item requires the contractor to mill "butt joints" into the existing surface, in association
with the wedge milling operation to the depth and at locations as described below. The
butt joint will provide a full width transition section, whereby the new overlay shall maintain
constant depth at the point the new overlay is terminated and the new surface elevation
matches the existing pavement. The construction activities, performance standards and
equ_ipment needed for the butt joints milling operations shall be governed by the special
provisions of Pay Item No. 9 -Wedge Milling. The configuration of the butt joints is
described in more detail below. General details of butt joint locations -along with wedge
milling in general -are shown in plan form at the back of this document.
B. Construction Details
Prior to the milling of the butt joints , the Contractor shall consult with the Construction
Engineer for proper location of these joints and verify that the selected limits of the
projects' street are correct.
The general locations for butt joints are at all beginning and ending points of streets listed
in the project and as more graphically detailed at the back of this specification book. The
joints are also required an both sides of all railroad tracks and concrete valley gutters,
bridge decks and culverts and all other items which transverse the street and end the
continuity of the asphalt surface. Each butt joint shall be 20 feet long and milled out across
the full width of the street section to a tapered depth of 2". This milled area shall be
tapered within the 20 feet to a depth from a·• to 2" at a line adjacent to the beginning and
ending points or intermediate transverse items . This butt joint -when overlayed -will
consist of a asphalt section that will transition the new overlay to match the existing
pavement elevation .
The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a
smooth ride over the bump.
C. Measurement and Payment
Butt joints as prescribed above, will be measured by the unit of each butt joint milled. The
disposal of excess material involved will not be measured for payment.
Each butt joint-milled, measured as above, complete-in place-in accordance with these
specifications, will be paid for at the unit price shown in the proposal for "Butt Joints". The
un it price bid per each shall be full compensation for all milling , including material haul-off,
tools , labor, equipment and incidentals necessary to complete the required work.
DA-30 2" H.M.A.C. SURFACE COURSE {TYPE "D" MIX)
10/23108 ASC-34
PART DA -ADDITIONAL SPECIAL CONDITIONS
All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete",
300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt
Concrete" shall apply ta the construction methods far this portion of the project.
Standard Specification 312.5 (1) shall be revised as follows: The prime coat, tack coat, or the
asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit
and rising, the temperature being taken in the shade and away from artificial heat Asphaltic
material shall also not be placed when the wind conditions are unsuitable in the opinion of the
Engineer.
The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M.A.C. overlay . The City will provide laboratory control as
necessary.
The unit price bid per square yard of H.M.A.C. complete and in place, shall be full compensation
for all labor, materials, equipment, tools, and incidentals necessary ta complete the work.
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER
This item shall include the removal and reconstruction of existing concrete valley gutters at
locations to be determined in field:
Removal of existing concrete valley, asphalt pavement, concrete base, curb and gutter, and
_necessary excavation to install the concrete valley gutters all shall be subsidiary to this pay item.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed by the
Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall
be subsidiary to this Pay Item.
See standard specification Item No. 314, "Concrete Pavement'\ Item 312 "Hot-Mix Asphaltic
Concrete", Item No. 104, "Removing Old Concrete", Item Na. 106, "Unclassified Street
Excavation" Item No. 208 "Flexible Base." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
Asphalt base material may be required at times as directed by the Engineer to expedite the work
at locations identified in the field.
The concrete shall be designed ta achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work an one-half of Valley Gutter at a time, and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days.
If the contractor fails to complete the work an each half within seven (7) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
DA-32 NEW 7" CONCRETE VALLEY GUTTER
1012310s ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS ·
This item shall include the construction of concrete valley gutters at various locations to be
determined in field.
Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item. Furnishing
and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer
and necessary asphalt transitions as shown in the concrete valley gutter details shall be
subsidiary to this Pay Item.
See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street
Excavation" Item No. 208 "Flexible Base." Measurement for final -quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be_included.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days.
If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liquidated damage will be c!SSessed per each half of valley gutter per day.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP
The Contractor shall construct standard concrete wheelchair ramps as shown on the enclosed
details, or as directed by the Engineer.
The removal of existing substandard wheelchair ramps and sidewalk as required for the
installation of new wheelchair ramps shall be subsidiary to this pay item. The removal and
replacement of existing curb and gutter as required for the installation of new wheelchair ramps
shall be included in Pay Item 5 (Removal and Replacement of Curb and Gutter). Pay limits for
laydown curb and gutter are as shown in the Standard Pay Limit Detail (WR-1). The pay limit will
extend from 9" outside the lip of gutter to 15" back from the face of curb. Any asphalt tie-in shall
be subsidiary to the curb and gutter pay item. Pay limits for "Standard Wheelchair Ramp" will start
15" back from the face of curb and encompass the remainder of the ramp and sidewalk.
All applicable provision of standard Specifications Item 104 ''Removing Old Concrete" and Item
504 "Concrete Sidewalk Driveways" shall apply except as herein modified.
All concrete flared surface shall be colored with LITHOCHROME color hardener as manufactured
by L.M. Scofield Company or equal. The color hardener shall be brick red color and dry-shake
type, and shall be used in accordance with manufactures instructions. Concrete stain may be
applied after concrete is poured (Product sold by BAER).
10/23/08 ASC-36
-
-
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
"Contractor shall provide a colored sample concrete panel of one foot by one foot by three inches
dimension, or other dimension approved by the Engineer, meeting the aforementioned
specification. The sample, upon approval by the Engineer, shall be the acceptable standard to be
applied for all construction covered in the scape of this pay item.
The method of application shall be by screen, sifter, sieve or other means in order to provide for a
uniform color distribution."
The unit price bid per square yard for 4" standard wheelchair ramp as shown on the proposal will
be full compensation for materials, labor, equipment. tools and incidentals necessary to compete
the work.
DA-34 8" PAVEMENT PULVERIZATION -OMITTED
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) -OMITTED
DA-36 RAISED PAVEMENT MARKERS
All applicable provisions of Standard Specifications for Roadway Markers (Buttons) shall apply.
The Contractor shall install standard roadway markers according to city specifications as shown
on plan sheet or as directed by the Engineer. Please refer to "Roadway Markers Specifications".
DA-37 POTENTIALLY PETROLEUM CONT AMINA TED MATERIAL HANDLING -OMITTED
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL-
OMITTED
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC
A. GENERAL:
1. General Conditions, Supplemental Conditions, applicable requirements of Division 1 -
General Requirements and the North Central Texas Council of Governments
(NCTCOG) Standard Specifications. are hereby made a part of this section.
2. This item shall govern for the installation of rock riprap of the various sizes shown on
the plans.
B. DESIGN CRITERIA:
10/23/08
1. The toe of the riprap revetment shall be entrenched in stable channel bottoms. If the
channel bottom is not stable, the design shall incorporate other requirements needed
to stabilize the revetment toe.
2. The channel side slope shall be as shown on the drawings.
3. Engineering filter fabric material shall be placed underneath the riprap.
ASC-37
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Riprap shall extend up the bank to an elevation where vegetation will provide
adequate protection. See cross sections.
C. PRODUCT:
10/23108
1. RIPRAP MATERIAL: Stone for riprap shall be durable and of a suitable quality to
insure permanence in the structure. It shall be free from cracks, seams and other
defects that would tend to increase deterioration. Rock shall be reasonably well
graded between the following prescribed limits:
24"
Riprap
·18"
Riprap
Sieve Size
(Square Mesh)
24inch
18 inch
12inch
6inch
Sieve Size
(Square Mesh)
18inch
12inch
6inch
3inch
Percent Passing
100
80-90
45-55
0-20
Percent Passing
100
60-85
15-45
0-15
2. RIPRAP WEIGHT: Weight of rock shall be one hundred fifty five pounds per solid
cubic foot (min.) calculated from the bulk specific gravity (saturated surface dry).
3. FILTER FABRIC BLANKET:
Approved Manufacturer: • Supac -Heavy Grade 8NP (UV)
• Trevira 011 /280
• Amoco4553
• or Equal Heavy Grade
4. RIPRAP GROUTING
a. FINE AGGREGATE: Fine aggregate for grouting mix shall consist of natural sand,
manufactured sand, or a combination of natural and manufactured sands. The
grading and uniformity of the fine aggregate shall conform to the following
requirements as delivered to the mixers:
Sieve Designation, U.S.
Standard Square Mesh
3/8 in. (9.5 mm)
Na. 4 (4.75 mm)
No. 8 (2.36 mm)
Na. 16 (1.18 mm)
No. 30 (600 um)
No. 50 (300 um)
No. 100 (150 um)
ASC-38
Permissible Limits
Percent by Weight, Passing
100
95-100
80-95
55-75
30-60
12-30
2-10
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
D. EXECUTION:
10123/08
1. CONSTRUCTION:
a. The channel side slope and the toe excavation shall be prepared to the -required
lines and grades.
b. Filter fabric and riprap shall be placed in succession to the required thicknesses
and elevations . Riprap shall be hand placed around structures to prevent damage
to the structures .
2. INSTALLATION OF THE FILTER FABRIC (GEOTEXTILE): The geotextile shall be
placed in the manner and at the locations shown on the drawings. At the time of
installation, the geotextile shall be rejected if it has defects, rips, holes, flaws,
deterioration or damage incurred during manufacture, transportation or storage, The
surface to receive the geotextile shall be prepared to a relatively smooth condition free
of obstructions, depressions, debris, and soft or low density pockets of material.
Erosion features such as rills, gullies, etc. must be graded out of the surface before
geotextile placement. The geotextile shall be placed with the long dimension
perpendicular to the centerline of the channel and laid smooth and free of tension,
stress , folds, wrinkles, or creases. The strips shall be placed to provide a minimum
width of 24-inches of overlap for each joint. Temporary pinning of the textile to help
hold it in place until the rock riprap is place.ct. The temporary pins shall be removed as
the riprap is placed to relieve high tensile stress which may occur during placement of
material on the geotextile. The specified placement procedure requires that the length
of the geotextile be greater than the actual slope length. The Contractor shall adjust
the actual length of the geotextile used based on initial installation experience. The
geotextile shall be protected at all times during construction from contamination by
surface runoff and any geotextile so contaminated shall be removed and replaced with
uncontaminated geotextile. Any geotextile damaged during its installation or during
placement of riprap shall be replaced by the Contractor at no cost to the Owner. The
work shall be scheduled so that the covering of the geotextile with a layer of the
specified material is accomplished within seven (7) calendar days after placement of
the geotextile. Failure to comply shall require replacement of geotextile . The
geotextile shall be protected from damage prior to and during the placement of rock
riprap. Before placement of gabion units, the Contractor shall demonstrate that the
placement technique wHI prevent damage to the geotextile. In no case shall any type
of equipment be allowed on the unprotected geotextile .
3. RIPRAP PLACEMENT: Stone for riprap shall be placed on the filter fabric blanket in
such a manner as to produce a reasonably well graded mass of rock with the minimum
practicable percentage of voids and shall be constructed within the specified tolerance
to the lines and grades shown on the drawings. Then intent of these specifications is
to require placement of riprap to the thickness shown and to allow isolated stones to
extend as much as six inches above grade, .Riprap shall be placed to its full course
thickness at one operation and in such a manner as to avoid displacing the fabric. The
larger stones shall be well distributed and the entire mass of stones in their final
position shall conform to the gradation specified hereinbefore. The finished riprap
shall be free from objectionable pockets of small stones and clusters of larger stones.
The desired distribution of the various sizes of stones throughout the mass shall be
ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
obtained by selective loading of the material at the quarry or other source, by
controlled dumping of successive loads during final placing, or by other methods of
placement which will produce the specified results. Rearranging of individual stones,
by mechanical equipment or by hand will be required to the extent necessary to obtain
a reasonably well graded distribution of stone specified above. The Contractor shall
maintain the riprap protection until accepted. Any material displaced by any cause
shall be replaced at his erosion to the lines and grades shown on the Drawings.
4. GROUT PLACEMENT: Grout shall be composed of cement. water and air-entraining
admixture and sand mixed in the proportions of 1 part of Portland cement to 3 parts of
sand, sufficient water to produce a workable mixture, and that amount of admixture
which will entrain sufficient air to produce durable grout, as determined by the
ENGINEER. Sand for grouting shall conform to the requirements of paragraph: FINE
AGGRE~A TE. The grout shall be mixed in a concrete mixer in the manner specified for
concrete except that the time of mixing shall be increased to that necessary to produce a
mixture having a consistency such as to permit gravity flow into the interstices of the
riprap with the help of limited spading and brooming. The grout shall be used in the work
within a period of one (1) hour after mixing. Retempering of ground will not be permitted.
Riprap shall not be grouted when the ambient temperature is below 35 degree F. or
above 95 degrees F. unless approved by the ENGINEER in writing ; nor when the grout,
without special protection, is likely to be subjected to freezing temperatures before final
set has occurred. Prior ta grouting , all surfaces of riprap shall be wetted. The riprap
shall be grouted in successive longitudinal strips, approximately 10 feet in width,
commencing at the lowest strip and working up the slope. Grout shall be brought to the
place of final deposit by approved means, and in no case will grout be permitted to flow
on the riprapped surface a distance in excess of 10 feet. Immediately after dumping the
batch of grout, it shall be distributed over the surface of the strip by the use of brooms
and the grout worked into place between stones with suitable spades, trowels, or
vibrating equipment. As a final operation, the grout shall be removed from the top
surfaces of the upper stones and from pockets and depressions in the surface of the
stone protection. After completion of any strip as specified, no workman or any load
shall be permitted on the grouted surface for a period of at least 24 hours. The grouted
surface shall be protected from rain, flowing water, and mechanical injury. The surface
of all grouted riprap shall be cured by keeping the surface continuously wet for a period
of not less than 7 days.
E. MEASUREMENT AND PAYMENT
10/23/08
1. FILTER FABRIC: Filter fabric will be measured by the square yard for material used
including that required at toes and thickened edges of riprap. Payment for filter fabric
will be made at the contract unit price per square yard which includes all plant, labor,
material, and all installation costs in-place, complete.
2. STONE RIPRAP: Stone (rock) riprap will be measured by the cubic yard using actual
plan dimensions. Payment for riprap will be made at the contract unit price per cubic
yard which includes all plant. labor, material, and installation costs in-place, complete.
3. GROUT: Grout for rock riprap will be measured by the square yard using actual plan
dimensions. Payment for grout will be made at the contract unit price per square yard
which includes all plant. labor, material, and installation costs in-place, complete.
ASC-40
-
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-40 CONCRETE RIPRAP -OMITTED
DA-41 CONCRETE CYLINDER PIPE ANO FITTINGS -OMITTED
DA-42 CONCRETE PIPE FITTINGS ANO SPECIALS -OMITTED
OA-43 UNCLASSIFIED STREET EXCAVATION -OMITTED
DA-44 6" PERFORA TEO PIPE SUBORAIN -OMITTED
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS -OMITTED
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION -OMITTED
DA-47 PAVEMENT REPAIR IN PARKING AREA
The unit price bid under appropriate BID ITEM(S) of the Proposal shall cover all cost far providing
pavement repair equal ta or superior in composition , thickness, etc., ta existing pavement. All
required paving cuts shall be made with a concrete saw in a true and straight line on bath sides of
the trench, a minimum of twelve (12) inches outside the trench walls. The trench shall be
backfilled and the tap nine (9) inches shall be filled with crushed limestone base material ,
compacted and level with the finished adjacent surface. This finished grade shall be maintained
in a serviceable condition until the paving has been replaced .
DA-48 EASEMENTS ANO PERMITS
Easements and permits, bath temporary and permanent, have been secured for this project at
this time and made a part thereto . Any easements and/or permits, both temporary and
permanent, that have not been obtained by the time of publication shall be secured before
construction starts. No work is to be done in areas requiring easements and/or permits until the
necessary easements are obtained . The Contractor's attention is directed to the easement
description and permit requirements, as contained herein, along with any special conditions that
may have been imposed on these easements and permits.
Where the pipeline crosses privately owned property. the easements and construction areas are
shown an the plans. The easements shall be cleaned up after use and restored ta their original
conditions or better. In the event additional work room or access is required by the
Contractor, it shall be the Contractor's responsibility to obtain written permission from the
property owners involved for the use of additional property required. No additional payment
will be allowed for this item.
DA-49 HIGHWAY REQUIREMENTS -OMITTED
DA-50 CONCRETE ENCASEMENT -OMITTED
DA-51 CONNECTION TO EXISTING STRUCTURES -OMITTED
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION -OMITTED
DA-53 OPEN FIRE LINE INSTALLATIONS-OMITTED
10/23/08 ASC-41
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-54 WATER SAMPLE STATION -OMITTED
DA-55 CURB ON CONCRETE PAVEMENT -OMITTED
Standard Specification Item 502 shall apply except as herein modified .
INTEGRAL CURB: Integral curb shall be constructed along the edge of the pavement as an
integral part of the slab and of the same concrete as the slab. The concrete for the curb shall be
deposited not more than thirty (30) minutes after the concrete in the slab.
SUPERIMPOSED CURB: Concrete shall have a minimum compressive strength of three
thousand (3,000) pounds per square inch at twenty-eight (28) days. The quantity of mixing water
shall not exceed seven (7) U.S. gallons per sack (94 lbs.} of Portland Cement. The slurnp of the
concrete shall not exceed three (3) inches. A minimum cement content of five (5) sacks of
cement per cubic yard of concrete is required.
PAYMENT: Payment shall be made for cutting and replacing curbs and gutters required in this
Project under the appropriate bid item and shall be in compliance with Public Works Department
standard requirement Item 502.
DA-56 SHOP DRAWINGS
1. Submit seven (7) copies of shop drawings, layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require. Such
review by the Engineer shall include checking for general conformance with the design concept of
the project and general compliance with information given in the General Contract Documents.
Indicated actions by the Engineer, which may result from his review, shall not constitute
concurrence with any deviation from the plans and specifications unless such deviations are
specifically identified by the method described below, and further shall not relieve the Contractor
of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals
are not change orders. The purpose of submittals by the Contractor is to demonstrate that the
Contractor understands the design concept, and that he demonstrates his understanding by
indicating which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use. If deviations, discrepancies or conflicts
between submittals and the design drawings and/or specifications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern. The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
jab site, fabrication processes and techniques of constriction, coordination of his work with that of
other trades and satisfactory performance his work. The Contractor shall check and verify all
measurements and review submittals prior ta being submitted, and sign or initial a statement
included with the submittal, which signifies compliance with plans and specifications and
dimensions suitable for the application. Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the following items prior to installation:
List the required submittals here
10123108 ASC-42
PART DA -ADDITIONAL SPECIAL CONDITIONS
Additional shop drawing requirements are described in some of the material specifications.
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
(Project Manager)
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN
In order to establish a basis upon which partial payments to the Contractor may be authorized,
immediately after execution of the contract the Contractor shall furnish a detailed cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
DA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following published
specifications, except as modified herein:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
When H.M.A.C. greater than 9 inches in depth is encountered, it shall be replaced with a
combination of H.M.A.C. and 2:27 concrete base, as determined by the Engineer, to achieve the
required thickness of pavement.
DA-60 ASPHALT DRIVEWAY REPAIR
At locations where H.M.A.C. driveways are encountered, such driveways shall be completely
replaced for the full extent of utility cut with H.M.A.C. equal to or better than the existing driveway.
DA-61 TOP SOIL
Where directed by the Engineer, top soil shall be applied in accordance with the City of Fort
Worth Transportation and Public Works Department's Standard Specifications for Street and
Storm Drain Construction, Item 116, except as follows: All labor, equipment, tools and incidentals
shall be included in the square yard bid price far the top soil.
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT
This item shall include raising or lowering an existing meter box: to the parkway grade specified
No payment will be made for adjusting existing boxes which are within 0.001 feet of specified
parkway grade. The unit price bid shall be full and sufficient payment for all labor, equipment and
materials used in the adjustment of the meter box.
10/23/08 ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
In particular, the Contractor shall be aware that it is the City 's intention that the quantities in Unit I
be used on an "emergency" basis only.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are
given for the purpose of bidding and awarding the contract. A contract in the amount of $200,000
(see Options to Renew) shall be awarded with final payment based on actual measured quantities
and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between
the estimated quantities shown and actual quantities performed.
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200,000 (see Options to Renew) including all
change orders.
DA-64 WORK IN HIGHWAY RIGHT OF WAY-OMITTED
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed limestone required for use as a flexible base material shall conform to Specification Item
No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort
Worth Transportation and Public Works Department.
DA-66 OPTION TO RENEW -OMITTED
DA-67 NON-EXCLUSIVE CONTRACT -OMITTED
DA-68 CONCRETE VALLEY GUTTER
This item shall include the repair/replacement of existing concrete valley gutters as directed by
the Engineer. The proposed valley gutters will be constructed according to the detail included in
these documents as well as conforming to Specification Item No. 314 of the Standard
Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation
and Public Works Department.
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor, equipment and incidentals necessary to complete the work.
DA-69 TRAFFIC BUTTONS
10123/08 ASC-44
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Contractor shall supply all materials and labor necessary to install traffic buttons of the same
type as were previously installed at locations designated by the Engineer. The buttons to be
supplied shall be generally, but not limited to Type W-4 and Type II C-R4 and installed with a
Type Ill Epoxy.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-70 PAVEMENT STRIPING
Pavement striping, wheneverand wherever encountered, shall be replaced to match the existing
striping or as directed by the Engineer. Materials used shall be of 420 Type intersection grade
tape (in 18-inch width} such as Stamark as manufactured by 3M company or approved equal.
The unit price bid for this item shall be full compensation for all materials, labor, equipment and
incidentals necessary ta complete the work.
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design far both Type "B " and "D" asphalt that will be
used for each project. This should be submitted at the Pre-Construction Conference. This
design shall not be more than two (2) years aid. Upon submittal of the design mix a Marshal
(Proctor) will be calculated , if one has not been previously calculated, for the use during density
testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type
lt on
Upon approval of an asphalt mix design and the calculation of the Marshal (proctor) the contractor
is approved for placement of the asphalt. The contractor shall contact the City Laboratory,
through the inspector, at least 24 hours in advance of the asphalt placement to schedule a
technician to assist in the monitoring of the number of passes by a roller to establish a rolling
pattern that will provide the required densities . The required Density for Type "B" and for Type
"D" asphalt will be 91 % of the calculated Marshal (proctor). A Troxler Thin Layer Gauge will be
used for all asphalt testing.
After a rolling pattern is established, densities should be taken at locations not more than 300 feet
apart. The above requirement applies to both Type "B" and "D " asphalt. Densities on type "B"
must be done before Type "D'' asphalt is applied .
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied. Upon completion of the application of Type "D" asphalt additional cores must be taken to
determine the applied thickness.
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specification, prior to the date
of these general specifications or revisions thereof, shall apply.
10/23108 ASC-45
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX-OMITTED
DA-74 RESILIENT-SEATED GATE VALVES -OMITTED
DA-75 EMERGENCY SITUATION, JOB MOVE-IN -OMITTED
DA-76 1 %" & 2" COPPER SERVICES -OMITTED
DA-77 SCOPE OF WORK {UTIL. CUT)-OMITTED
DA-78 CONTRACTOR'S RESPONSIBIL TY {UTIL. CUT) -OMITTED
DA-79 CONTRACT TIME {UTIL. CUT)-OMITTED
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT {UTIL. CUT) -OMITTED
DA-81 TIME ALLOWED FOR UTILITY CUTS {UTIL. CUT) -OMITTED
DA-82 LIQUIDATED DAMAGES (UTIL. CUT) -OMITTED
DA-83 PAVING REPAIR EDGES (UTIL. CUT)-OMITTED
DA-84 TRENCH BACKFILL (UTIL. CUT) -OMITTED
DA-85 CLEAN-UP {UTIL. CUT) -OMITTED
DA-86 PROPERTY ACCESS {UTIL. CUT) -OMITTED
DA-87 SUBMISSION OF BIDS {UTIL. CUT) -OMITTED
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)-OMITTED
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill {UTIL. CUT) -OMITTED
DA-90 2" TO 9" H.M.A.C. PAVEMENT {UTIL. CUT)-OMITTED
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS {UTIL. CUT) -OMITTED
DA-92 MAINTENANCE BOND (UTIL. CUT) -OMITTED
DA-93 BRICK PAVEMENT {UTIL. CUT)-OMITTED
DA-94 LIME STABILIZED SUBGRADE {UTIL. CUT)-OMITTED
DA-95 CEMENT STABILIZED SUBGRADE {UTIL. CUT) -OMITTED
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) -OMITTED
10/23/08 ASC-46
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-97 "QUICK-SET" CONCRETE {UTIL. CUT) -OMITTED
DA-98 UTILITY ADJUSTMENT (UTIL. CUT) -OMITTED
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT) -
OMITTED
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)-OMITTED
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT) -OMITTED
DA-102 PAYMENT (UTIL. CUT) -OMITTED
DA-103 DEHOLES (MISC. EXT.)
The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order
together with a sketch. The location and dimensions shown on the plans relative to other existing
utilities are based on the best information available . Omission from , or the inclusion of utility
locations an the Plans is not to be considered as the nonexistence of, or a definite location of,
existing underground utilities. It shall be the Contractor's responsibility to verify locations of
adjacent and/or conflicting utilities sufficiently in advance of construction in order that he may
negotiate such local adjustments as necessary in the dehole process to provide adequate
clearances. The Contractor shall take all necessary precautions in order to protect all services
encountered . Any .damage ta utilities resulting from the Contractor's operations, shall be restored
at his expense.
Payment for work such as backfill and all other associated appurtenants required, shall be
included in the price of the appropriate bid item.
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT.)-OMITTED
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.) -OMITTED
DA-106 BID QUANTITIES (MISC. EXT.)-OMITTED
DA-107 LIFE OF CONTRACT {MISC. EXT.)-OMITTED
DA-108 FLOWABLE FILL (MISC. EXT.) -OMITTED
DA-109 BRICK PAVEMENT REPAIR {MISC. REPL.) -OMITTED
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.) -OMITTED
DA-111 WORK ORDER COMPLETION TIME {MISC. REPL.) -OMITTED
DA-112 MOVE IN CHARGES (MISC. REPL.)-OMITTED
DA-113 PROJECT SIGNS (MISC. REPL.)-OMITTED
DA-114 LIQUIDATED DAMAGES (MISC. REPL.)-OMITTED
1012310a ASC-4 7
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-115 TRENCH SAFETY SYSTEM DESIGN {MISC. REPL.) -OMITTED
DA-116 FIELD OFFICE
As specified in Part C, General Conditions C5-5.6, the contractor shall provide a field office
exclusively for the City of Fort Worth Construction Manager and coordination meetings for the
following:
A. Temporary field office shall be established an the job site where approved or directed by the
Engineer, adequately furnished.
B. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq
ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of .
Fort Worth Construction Manager throughout the period of construction. The temporary office
shall be weathertight, have a tight floor at least 8-in off the ground and shall be insulated and
suitably ventilated. The office shall be provided with janitor service, heating and cooling
equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk
adequately as directed. Provide separate toilet facilities in the field office.
C. Provide the following furniture and equipment in the Construction Manager's office:
1. One plan table, 3-ft by 5-ft and one stool
2. Desk about 3-ft by 5-ft with desk chair
3. Two additional chairs
4. Two-drawer, filing cabinet with lock
Field office shall also have available to the Construction Manager the following:
1. One conference table (6-ft).
2. Eight folding chairs.
3. First aid kit suitable for ten people with manual, American White
Cross No. K10 or equal.
4. Duplicating machine, Xerox Madel 10251 or equal.
D Contractor shall furnish temporary light and power, including wiring, lamps and similar
equipment as required to adequately light all work areas and with sufficient power capacity to
meel the reasonable needs of the Construction Manager. Contractor shall make all necessary
arrangements with the local electric company for temporary electric service and pay all expenses
in connection therewith and pay all electrical bills.
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item D-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans. All other requirements of D-8 shall apply.
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
10123108 ASC-48
PART DA -ADDITIONAL SPECIAL CONDITIONS
The contractor shall coordinate his work with the work of other contractors on remaining units of
this project. The contract documents indicate the starting and stopping points for each of the
units of the project. The plans indicate "connecting to an existing pipeline" constructed by others
and ending the line with the installation of a plug. If the start of the project cannot be connected
to the previous unit, the contractor will begin his line with a plugged section of pipe. If the pipeline
is constructed for the connecting unit the contractor shall connect his line with the adjoining unit in
lieu of installation of a plug. Contractor will be paid for "connection" to existing line or installation
of blind flanges based on the unit price bid for the water or sewer main.
DA-119 CATHODIC PROTECTION SYSTEM -OMITIED
10/23/08 ASC-49
SECTION E SPECIFICATIONS
JANUARY 1, 1978
WATER DEPARTMENT
I ..
=-'i
. . . ~
All materials, construction methods and procedures used in this project shall conform to
Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications, together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes, the same as if copies verbatim
herein, and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth.
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20 , 1981, follow:
El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P .I.
values as follows:)
c. Additional backfill requirements when approved for use in streets:
1. Type B Backfill
( c) Maximum plastic index (PI) shall be 8
2 . Type C Backfill
(a) Material meeting requirements and having a PI of 8 or less shall be
considered as suitable for compaction by wetting
{b) Material, meeting requirement and having a PI of9 or more
shall be considered for use only with mechanical compaction
E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this
section to 95% Procter density except for paragraph a.l. where the "95% modified Procter
density" shall remain unchanged).
El00-4 WATERTIGHT MANHOLE INSERTS.
SECTIONElOO-MATERIALSPECIFICATIONS
MATERIAL ST AND ARD E 100-4
JANUARY 1, 1978 (ADDED 5/13/90)
E 100-4.1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole
inse1ts in the. Fort Wmth sanitary sewer collection system.
El00-4.2 MATERIALS AND DESIGN:
a. The manhole insert shall be of corrosion-proof high density polyethelene that meets
or exceeds the requirements of ASTM D 1248, Category 5, Type III.
b. The minimum thickness of the manhole insert shall be 1/8".
c. The manhole insert shall have a gasket that provides positive seal in wet or dry
conditions. The gasket shall be made of closed cell neoprene rubber and meet the
requirement of ASTM D 1056 , or equal .
d. The manhole insert shall have a strap for removing the insert. The strap shall be made of
minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent
unravelling. Stainless steel hardware shall be used to securely attach strap to the insert.
e. The manhole insert shall have one or more vent holes or valves to release gasses and
allow water inflow at a rate no greater than 10 gallons per 24 hours.
El00-4.3 INSTALLATION:
a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert
on the rim.
b. The manhole insert shall be fully seated around the manhole frame rim to retard water from
seeping between the cover and the manhole frame rim.
ElOO (1)
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OF WORK ...................................................................................................... SP-3
2. AWARD OF CONTRACT ............................................................................................ SP-3
3. PRECONSTRUCTION CONFERENCE ...................................................................... SP-3
4. EXAMINATION OF SITE ............................................................................................ SP-3
5. BID SUBMITTAL ......................................................................................................... SP-3
6. WATER FOR CONSTRUCTION ................................................................................. SP-4
7. SANITARY FACILITIES FOR WORKERS .................................................................. SP-4
8 . PAYMENT ................................................................................................................... SP-4
9. SUBSIDIARY WORK ................................................................................................... SP-4
10. LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ......................................................................................................... SP-4
11. WAGE RATES .................. .-.......................................................................................... SP-4
12. EXISTING UTILITIES .................................................................................................. SP-5
13. PARKWAY CONSTRUCTION ..................................................................................... SP-6
14. MATERIAL STORAGE ................................................................................................ SP-6
15. PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS ............................................................................................... SP -6
16. INCREASE OR DECREASE IN QUANTITIES ............................................................ SP-6
17 . CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................... SP-6
18. EQUAL EMPLOYMENT PROVISIONS ....................................................................... SP-7
19 . MINORITY AND WOMENS BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ............................................................................................. SP-7
20. FINAL CLEAN UP ....................................................................................................... SP-9
21. CONTRACTOR'S COMPLIANCE WITH WORKER 'S
COMPENSATION LAW ............................................................................................... SP-9
22. SUBSTITUTIONS ................................................................................................... .-.. SP-12
23. MECHANICS AND MATERIALSMEN 'S LIEN ........................................................... SP-12
24. WORK ORDER DELAY ............................................................................................ SP-12
25. CALENDAR DAYS ................................................................................................... SP-12
26. RIGHT TO ABANDON .............................................................................................. SP-13
27 . CONSTRUCTION SPECIFICATIONS ...................................................................... SP-13
28. MAINTENANCE STATEMENT ................................................................................. SP-13
29. DELAYS ........................................................................................................ SP -13
30 . DETOURS AND BARRICADES ............................................................................... SP-13
31. DISPOSAL OF SPOIL/FILL MATERIAL ................................................................... SP-14
32. QUALITY CONTROL TESTING ... : ........................................................................... SP-14
33. PROPERTY ACCESS .............................................................................................. SP-15
34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-15
35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-15
36 . RIGHT TO AUDIT ..................................................................................................... SP-15
37 . CONSTRUCTION STAKES ................................................... SP-16
38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-16
39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-16
40. AIR POLLUTION WATCH DAYS .............................................................................. SP-17
City of Fort Worth, T exas
Special Provisio ns For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-1 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS :
41. PAY ITEM-UNDERDRAIN W/ GRAVEL AND FILTER FABRIC-INSTALL (810-
00922) SP-17
42. PAY ITEM -CONCRETE PAVEMENT -INSTALL (810-00527 and 00536) .......... SP-20
43. PAY ITEM -RETAINING WALL-MODULAR-INSTALL (BID-00413) ............... SP-21
44. PAY ITEM-TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (810-
00372) ................................................................................................................. SP-22
45. PAY ITEM-STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP -
INSTALL (810 -00100) ............................................................................................ SP-23
46 . PAY ITEM-UNCLASSIFIED EXCAVATION (REMOVE AND REPLACE SAND WITH
SELECT CLAY) (81000065): ........................................... : ........................... SP-25
47 . PAY ITEM -SAND BED with GRAVEL LAYER (BID-00121) .............................. SP-26
48 . PAY ITEM-810-00147-PLANTING SOIL MIX-INSTALL .......................... , .......... SP-27
49. PAY ITEM -BID 00801 -LANDSCAPING -INSTALL ............................................. SP-33
50 . PAY ITEM-81000800-IRRIGATION SYSTEM -INSTALL .................................. SP-50
51 . PAY ITEM-RIVER ROCK-INSTALL (810-01305) ................................................ SP-62
52 . PAY ITEM -TRAFFIC CONTROL -INSTALL (BID-00181) ............................... SP-63
53 . PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL (810-00504) ........ SP-64
54. PRE BID ITEM-UTILITY ADJUSTMENT-REPAIR. .............................................. SP-64
55 . NON-PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT-INSTALL .............. SP-65
56 NON-PAY ITEM-ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT .... SP-69
57. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL ......................................... SP-70
58 . NON-PAY ITEM-PROTECTION OF TREES, PLANTS AND SOIL ........................ SP-70
59 . NON-PAY ITEM-CONCRETE COLORED SURFACE ............................................ SP-70
60. NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-71
61. NON-PAY ITEM -PROJECT SCHEDULE ............................................................... SP-71
62. NON-PAY ITEM -BASELINE CONSTRUCTION SCHEDULE ................................. SP-72
63. PROGRESS CONSTRUCTION SCHEDULE ........................................................... SP-73
64. PERFORMANCE AND CONSTRUCTION SCHEDULE ........................................... SP-73
65 . SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-73
66. NON-PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ SP-74
67. NON-PAY ITEM -PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION .................................................................................................. SP-74
68 . NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ............... SP-75
69. NON-PAY ITEM-WASHED ROCK .......................................................................... SP-75
70. NON-PAY ITEM -SAWCUT OF EXISTING CONCRETE ........................................ SP-75
71. NON-PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES .................................................................................................. SP-75
72 . NON-PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-76
73 . NON-PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-76
74 . NON-PAY ITEM-FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ..... SP-76
75 . PAY ITEM -ROCK EXCAVATION .......................................................................... SP-76
City of Fort Worth, T exas
Special Provi sions For Stree t and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-2 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: EASTERN HILLS STORM SYSTEM IMPROVEMENTS
PHASE 1
Multi-Use Storm Water Detention Basin
CITY PROJECT NO.: 01363
1. SCOPE OF WORK: The work covered by these plans and specifications consist of the
following : Construction of a multi-use storm water detention basin for the dual purpose of
storm water detention and an athletic field for the Eastern Hills High School and all other
miscellaneous items of construction to be performed as outlined in the plans and
specifications which are necessary to satisfactorily complete the work.
2. AWARD OF CONTRACT: Bidders are hereby informed that the Director of the
Transportation and Public Works Department reserves the right to evaluate and
recommend to the City Council the best bid that is considered to be in the best interest of
the City.
3. PRECONSTRUCTION CONFERENCE: The successful Contractor, Design Consultant,
and City shall meet at the call of the City for a preconstruction conference before any
work begins on this project. At this time, details of sequencing of the work, contact
individuals for each party, request for survey, and pay requests will be covered. Prior to
the meeting , the Contractor shall prepare schedules showing the sequencing and
progress of their work and its effect on others . A final composite schedule 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.
5. BID SUBMITTAL: Bidders shall submit a complete package, including ALL completed
forms that must be submitted with the Proposal (including Vendor Compliance to State
Law. Failure to provide a complete bid package may be grounds for designating bids as
"non-responsive" and rejecting bids as appropriate and as determined by the Director of
the Transportation and Public Works Department.
6. WATER FOR CONSTRUCTION: Water for construction will be furnished by the
Contractor at his own expense .
7 . SANITARY FACILITIES FOR WORKERS: The Contractor shall provide all necessary
conveniences for the use of workers at the project site . Specific attention is directed to
this equipment.
8. PAYMENT: The Contractor shall receive full payment from the City for all the work based
on unit prices bid on the proposal and specified in the plans and specifications and
approved by the ENGINEER per actual field measurement.
City of Fort Worth, Texas
Specia l Provisions For Street and Storm Drain Improvements
PM O Release Date: 07/28/20 10
Page SP-3 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
9. SUBSIDIARY WORK: Any and all work specifically governed by documentary
requirement for the projects, such as conditions imposed by the Plans , the General
Contract Documents or these special Contract Documents, in which no specific item for
bid has been provided for in the Proposal, shall be considered as a subsidiary item of
work, the cost of which shall be included in the price bid in the Proposal for each bid item,
including but not limited to surface restoration cleanup and relocation of mailboxes.
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these specifications shall be covered by Item No . 102
"Clearing and Grubbing " and shall be subsidiary to the other items of the contract.
10. LEGAL RELATIONS AND RESPONSIBILITIES TO THE PUBLIC : The Contractor's
particular attention is directed to the requirements of Item 7, "Legal Relations and
Responsibilities to the Public" of the "Standard Specifications for Street and Storm Drain
Construction ".
11. WAGE RATES: Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates .
The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code (Chapter 2258), including the payment of not less than the rates determined by the
City Council of the City of Fort Worth to be the prevailing wage rates in accordance with
Chapter 2258 . Such prevailing wage rates are included in these contract documents.
Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall , upon
demand made by the City, pay to the City $60 for each worker employed for each
calendar day or part of the day that the worker is paid less than the prevailing wage rates
stipulated in these contract documents. This penalty shall be retained by the City to offset
its administrative costs, pursuant to Texas Government Code 2258 .023.
Complaints of Violations and City Determination of Good Cause .
On receipt of information, including a complaint by a worker, concerning an alleged
violation of 2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City receives
the information, as to whether good cause exists to believe that the violation occurred .
The City shall notify in writing the contractor or subcontractor and any affected worker of
its initial determination . Upon the City's determination that there is good cause to believe
the contractor or subcontractor has violated Chapter 2258, the City shall retain the full
amounts claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
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
City of Fort W orth , T exas
Special Provisions For Street an d Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-4 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
initial determination pursuant to paragraph (c) above . If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required, a district court shall appoint an arbitrator on the petition of any of
the persons. The City is not a party in the arbitration . The decision and award of the
arbitrator is final and binding on all parties and may be enforced in any court of
competent jurisdiction.
Records to be Maintained.
The contractor and each subcontractor shall , for a period of three (3) years following the
date of acceptance of the work, maintain records that show (i) the name and occupation
of each worker employed by the contractor in the construction of the work provided for in
this contract; and (ii) the actual per diem wages paid to each worker. The records shall
be open at all reasonable hours for inspection by the City . The provisions of the Audit
section of these contract documents shall pertain to this inspection .
Pay Estimates .
With each partial payment estimate or payroll period , whichever is less , the contractor
shall submit an affidavit stating that the contractor has complied with the requirements of
Chapter 2258 , Texas Government Code .
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of
the project at all times .
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section .)
12. EXISTING UTILITIES : The locations and dimensions shown on the plans relative to
existing utilities are based on the best information available . It shall be the Contractor's
responsibility to verify location of adjacent and/or conflicting utilities sufficiently in
advance of construction in order that he may negotiate such local adjustments as are
necessary in the construction process in order to provide adequate clearance . The
Contractor shall take all necessary precautions in order to protect all services
encountered .
Any damage to utilities and any losses to the utility or City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense .
13. PARKWAY CONSTRUCTION: During the construction of this project, it will be required
that all parkways be excavated and shaped at the same time the roadway is excavated.
Excess excavation will be disposed of at locations approved by the Director of the
Transportation and Public Works Department
14. MATERIAL STORAGE: Material shall not be stored on private property unless the
Contractor has obtained permission in writing from the property owner and storage of
material on the private property complies with current City zoning requirements for the
use of property for storage purposes .
City of Fort Worth , Texas
Specia l Provisions For Stree t and Storm Drain Improvem ents
PMO Release Date: 07/28/20 10
Pa ge SP-5 of 77
SPECIAL PROVISIONS FOR
STREET ANO STORM DRAIN IMPROVEMENTS
15. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall
take adequate measures to protect all existing structures, improvements and utilities ,
which may be encountered .
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the Design Consultant to be accurate as to extent, location and
depth , they are shown on the plans as the best information available at the time of
design, from the Owners of the utilities involved and from evidences found on the ground .
16. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are
approximate. It is the Contractor's sole respons ibility to verify all the minor pay item
quantities prior to submitting a bid. No additional compensation shall be paid to
Contractor for errors in the quantities. Final payment will be based upon field
measurements. The City reserves the right to alter the quantities of the work to be
performed or to extend or shorten the improvements at any time when and as found to be
necessary , and the Contractor shall perform the work as altered , increased or decreased
at the unit prices as established in the contract documents. No allowance will be made
for any changes in anticipated profits or shall such changes be considered as waiving or
invalidating any conditions or provisions of the Contract Documents.
Variations in quantities of storm drain pipes in depth categories shall be interpreted
herein as applying to the overall quantities of storm drain pipe in each pipe size but not to
the various depth categories.
17. CONTRACTOR 'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants
and agrees to indemnify City's Design Engineer and Architect, and their pe rsonnel at the
project site for Contractor's sole negligence . In addition, Contractor covenants and
agrees to indemnify, hold harmless and defend , at its own expense, the City, its officers ,
servants and employees , from and against any and all claims or suits for property loss ,
property damage, personal injury, including death, arising out of, or alleged to arise out
of, the work and services to be performed hereunder by Contractor, its officers, agents,
employees, subcontractors, licensees or invitees, whether or not any such injury,
damage or death is caused, in whole or in part, by the negligence or alleged
negligence of City, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the City from and against any and
all injuries to City 's officers, servants and employees and any damage, loss or destruction
to property of the City arising from the performance of any of the terms and conditions of
this Contract, whether or not any such injury or damage is -caused in whole or in
part by the negligence or alleged negligence of City, its officers, servants or
employees.
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor
either (a) submits to City satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides City with a letter from Contractor's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
City of Fort W orth, T exas
Special Provisio ns For Street and Storm Dr.ain Improvements
PMO Release Date: 07/28/2010
Page SP-6 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
18. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7 400 (Fort Worth City Code
Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments practices.
The Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided by assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In
accordance with City of Fort Worth Ordinance No . 15530, the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts . The Ordinance is incorporated in these specifications by reference. A copy of
the Ordinance may be obtained from the Office of the City Secretary. Failure to comply
with the ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH
EFFORT FORM, as applicable, must be submitted within five (5) City business days after
bid opening. Failure to comply shall render the bid non-responsive.
Upon request , Contractor agrees to provide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE)
on the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the
actual work performed by an MBE and/or WBE. The misrepresentation of acts (other
than a negligent misrepresentation) and /or the commission fraud by the Contractor will
be grounds for termination of the contract and/or initiating action under appropriate
federal, state, or local laws or ordinances relating to false statement. Further, any such
misrepresentation (other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irresponsible and barred from
participating in City work for a period of time not less than three years.
The City will consider the Contractor's performance regarding its M/WBE program in the
evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to
demonstrate "good faith effort", shall result in a bid being rendered non-responsive to
specifications.
Contractor shall provide copies of subcontracts or co-signed letters of intent with
approved M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor
shall also provide monthly reports on utilization of the subcontractors to the City 's M/WBE
office.
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals. The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint venture equal to the percentage of the M/WBE
participation in the joint venture for a clearly defined portion of the work to be performed.
All M/WBE Contractors used in meeting the goals must be certified prior to the award of
the Contract. The M/WBE Contractor(s) must be certified by either the North Central
Texas Regional Certification Agency (NCTRCA) or Texas Department of Transportation
(TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid. The Contractor shall contact
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-7 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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:
a. Failure of Subcontractor to provide evidence of coverage by Worker's
Compensation Insurance.
b. Failure of Subcontractor to provide required general liability of other
insurance.
c. Failure of Subcontractor to execute a standard subcontract form in the
amount of the proposal used by the Contractor in preparing his M/WBE
Participation plan.
d. Default by the M/WBE subcontractor or supplier in the performance of
the subcontractor.
Within ten (10) days after final payment from the City, the Contractor shall
provide the M/WBE Office with documentation to reflect final participation of
each subcontractor and supplier used on the project, inclusive of M/WBEs.
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 restoring the worksite to an orderly appearance.
21 . CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
City of Fort Worth , T exas
Special Provi sio ns For Street and Storm Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-8 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
A. Workers Compensation Insurance Coverage
a . DEFINITIONS:
b. Certification of coverage ("Certificate"). A copy of a certificate of insurance, a certificate
of authority to self-insure issued by the commission, or a coverage agreement (TWCC-
81, TWCC-82 , TWCC-83, OR TWCC-84), showing statutory workers' compensation
insurance coverage for the person's or entity's employees providing services on a
project, for the duration of the project. Duration of the project-includes the time from the
beginning of the work on the project until the Contractor's/person's work on the project
has been completed and accepted by the governmental entity.
Persons providing services on the project ("subcontractor" in §406.096)-includes all
persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project, regardless of whether that person contracted directly with the
Contractor and regardless of whether that person has employees . This includes ,
without limitation, independent Contractors, subcontractors , leasing companies, motor
carriers, City-operators, employees of any such entity, or employees of any entity which
furnishes persons to provide services on the project. "Services" include, without
limitation , providing , hauling , or delivering equipment or materials , or providing labor,
transportation, or other services related to a project. "Services" does not include
activities unrelated to the project, such as food/beverage vendors, office supply
deliveries, and delivery of portable toilets.
The Contractor shall provide coverage, based on proper reporting of classification codes
and payroll amounts and filing of any coverage agreements, which meets the statutory
requirements of Texas Labor Code , Section 401.011 (44) or all employees of the
Contractor providing services on the project, for the duration of the project.
c. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract.
d. If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor must, prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended .
e. The Contractor shall obtain from each person providing services on a project, and
provide to the governmental entity:
(1) 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.
City of Fort Worth , Texas
Special Provi sions For Street an d Storm Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-9 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
f. The Contractor shall reta in all required certificates of coverage for the duration of the
project and for one year thereafter.
g . The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the Contractor knew or should have known , or any
change that materially affects the provision of coverage of any person providing services
on the project.
h. The Contractor shall post on each project site a notice , in the text, form and manner
prescribed by the Texas Worker's Compensation , informing all persons providing
services on the project that they are required to be covered , and stat ing how a person
may verify coverage and report lack of coverage .
i. The Contractor shall contractually require each person w ith 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 showi ng 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 form each other person with whom it contracts , and provide to
the Contractor:
(a) a certificate of coverage , prior to the other person beginning
work on the project; and
(b) a new certificate of coverage showing extension of coverage ,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project ;
(c) retain all required certificates of coverage on file for the
duration of the project and for one year thereafter.
(d) notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) days after the person knew or
should have known, of any change that materially affects the
provision of coverage of any person providing services on the
project; and
City of Fort Worth . T exas
Special Pro visions Fo r Street and Storm Drain Improvements
PMO Re lease Da te: 07/28/20 10
Page SP-10 of 77
j.
k.
B.
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(e) contractually require each person with whom it contracts , to
perform as required by paragraphs (1 )-(7), with the certificates
of coverage to be provided to the person for whom they are
providing services .
By signing th is contract or providing or causing to be provided a certificate of
coverage, the Contractor is representing to the governmental entity that all
employees of the Contractor who will provide services on the project will be
covered by worker's compensation coverage for the duration of the project,
that the coverage will be based on proper reporting of classification codes and
payroll amounts, and that all coverage agreements will be filed with
appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or
misleading information may subject the Contractor to administrative , criminal,
civil penalties or other civil actions.
The Contractor's failure to comply with any of these provisions is a breach of
contract by the Contractor which entitles the governmental entity to declare
the contract void if the Contractor does not remedy the breach within ten day
after receipt of not ice of breach from the governmental entity.
The Contractor shall post a notice on each project site informing all persons
providing services on the project that they are required to be covered , and
stating how a person may verify current coverage and report failure to provide
coverage. This notice does not satisfy other posting requirements imposed by
the Texas Worker's Compensation Act or other Texas Worker's Commission
rules . This notice must be printed with a title in at least 30 point bold type and
text in at least 19 point normal type, and shall be in both English and Spanish
and any other language common to the Worker population . The text for the
notices shall be the following text, without any additional words or changes :
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or provid i ng services
related to this construction project must be covered by worker's compensation
insurance. This includes persons providing , hauling, or delivering equ ipment
or materials , or providing labor or transportation or other service related to the ·
project, regardless of the identify of their employer or status as an employee."
Call the Texas Worker's Compensation Commission at 512 -463-3642 to
receive information on the legal requirement fo r 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 standa rd of
quality that the City believes necessary to procure a satisfactory project. No substitutions
will be permitted until the Contractor has received written permission of the ENGINEER
to make a substitution for the material that has been specified . Where the term "or
equal ", or "or approved equal " is used , it is understood that if a material , product, or piece
of equipment bearing the name so used is furnished, it will be approvable , as the
City of Fort Worth , T exas
Specia l Provi sio ns Fo r Street and Storm Drai n Imp roveme nts
PMO Release Date: 07/28/201 0
Page SP-11 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
particular trade name was used for the purpose of establ ishing a standard of quality
acceptable to the City . If a product of any other name is proposed, the substitution must
be approved by the City . Where the term "or equal ", or "approved equal " is not used in
the specifications, this does not necessarily exclude alternative items or material or
equipment which may accomplish the intended purpose . However, the Contractor shall
have the full responsibi lity 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
acceptabil ity of substitutions . The provisions of the sub-section as related to
"substitutions " shall be applicable to all sections of these s pecifications .
23 . MECHANICS AND MATERIALMEN 'S LIEN : The Contractor shall be required to execute
a release of me chanics and materialmen's liens upon rece i pt 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 i ll 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 i n issuing the work order for this
Contract.
25 . CALENDAR DAYS : The Contract or agrees to complete the Contract w ithin 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 CONSTRUCT/ON
CITY OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION
NORTH CENTRAL TEXAS
A copy of either of these specifications may be purchased at the Office of the Department
of Transportation and Public Works, 1000 Throckmorton Street, 2nd Floor, Municipal
Build ing, Fort Worth , Texas 76102. The specifications applicable to each pay item are
indicated in the call-out for the pay item by the ENGINEER. General Provisions shall be
those of the Fort Worth document rather than Division 1 of the North Central Texas
document.
28 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmanship , or both , for a period of two (2) years
from date of final acceptance of this project and w ill be requi red to replace at his expense
any part or all of the project which becomes defective due to these causes.
29. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the
work , except when direct and unavoidable extra cost to the Contractor is caused by the
failure of the City to provide information or material , if any, which is to be furnished by the
City of Fort Worth , Texas
Specia l Pro vi sions Fo r Stree t and Storm Drai n Improveme nts
PM O Re lease Date : 07/28/20 10
Page SP-12 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
City. When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Transportation and Public Works
Department and if by him found correct shall be approved and referred by him to the
Council for final approval or disapproval; and the action thereon by the Council shall be
final and binding. If delay is caused by specific orders given by the ENGINEER to stop
work or by the performance of extra work or by the failure of the C ity to provide material
or necessary instructions for carrying on the work, then such delay will entitle the
Contractor to an equivalent extension of time, his application for which shall , however, be
subject to the approval of the City Council; and no such extension of time shall release
the Contractor or the surety on his performance bond form all his obligations hereunder
which shall remain in full force until the discharge of the contract.
30. DETOURS AND BARR ICADES: 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, warn i ng and detour signs shall conform to the Standard Specifications
"Barriers and Warn i ng and/or Detour Signs ," Item 524 and/or as shown on the plans .
Construction sign i ng and ba r ricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways "
31. DISPOSAL OF SPOIL/FILL MATERIAL : Prior to the disposing of any spoil/fill material,
the Contractor shall advise the Director of the Department of Transportation and Public
Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of
the location of all sites where the Contractor intends to dispose of such material.
Contractor shall not d ispose 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 (Ord i nance No . 10056). All disposal sites must be approved by
the Administrator to ensure the filling is not occurring within a flood plain without a permit.
A flood plain permit can be issued upon approval of necessary engineering studies. No
fill permit is required if disposal sites are not in a flood plain . Approval of the Contractor's
disposal sites shall be evidenced by a letter signed by the Administrator stating that the
site is not in a known flood plain or by a Flood Plain fill Permit authorizing fill within the
flood plain . Any expenses associated with obtaining the fill permit, including any
necessary engineering studies , shall be at the Contractor's expense . In the event that
the Contractor disposes of spoi l/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 prov ide manufacturer's certifications for all
manufactured items to be used in the project and w i ll bear any expense related
City of Fort W orth, T exas
Spec ial P rovisions For Stree t and Sto rm Drain Imp rovements
PM O Release Date: 07/28/2010
Page SP-13 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
thereto.
(b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least
nine days prior to the placing of concrete using the same aggregate, cement and
mortar which are to be used later in the concrete . The Contractor shall provide a
certified copy of the test results to the City.
(c) Quality control testing of on site material on this project will be performed by the City
at its own expense. Any retesting required as a result of failure of the ma terial 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 rel ieve the Contractor of its respons ibili ty 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 tr i p ticket for each load of fill material
delivered to the job site. The ticket shall specify the name of the pit supplying the fill
mate ri al.
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 leg ible at twelve feet shall be placed inside and outside vehicles such
as cranes , derricks, power shovels, drilling rigs , pile drivers, hoisting equipment or
similar appa ratus . The warning sign shall read as follows :
"WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES ."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm , except back hoes or dippers
and insulator links on the lift hood connections .
(c) When necessary to work within six feet of high voltage electric lines , notification shall
be given the power company which will erect temporary mechanical barriers, de-
energize the line or raise or lower the line . The work done by the power company
shall not be at the expense of the City of Fort Worth. The notify ing department shall
maintain an accurate log of all such calls to the power company and shall record
action taken in each case .
(d) The Contractor is required to make arrangements with the power company for the
temporary relocation or ra ising of high voltage lines at the Contractor's sole cost and
expense.
City of Fort Wort h , Texas
Specia l P ro visio ns For Stree t and Storm Drain Impro vements
PMO Release Da te: 07/28/2010
Page SP-14 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(e) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (c).
35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work
on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water
Department to perform such work in accordance with procedures described in the current
Fort Worth Water Department General Specifications which general specifications shall
govern performance of all such work .
36. RIGHT TO AUDIT :
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of the Contractor
involving transactions relating to this contract. Contractor agrees that the City shall
have access during normal working hours to all necessary Contractor facilities and
shall be provided adequate and appropriate workspace in order to conduct audits in
compliance with the provisions of this section. The City shall give Contractor
reasonable advance notice of intended audits.
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to
the effect that the subcontractor agrees that the City shall , 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
at the rate published in the Texas Administrative Code in effect as of the time copying
is performed.
37 . CONSTRUCTION STAKES:
The City, through its Surveyor or agent, will provide to the Contractor construction stakes
or other customary methods of markings as may be found consistent with professional
practice to establish line and grade for roadway and utility construction and centerlines
and benchmarks for bridgework. These stakes shall be set sufficiently in advance to
avoid delay whenever practical. One set of stakes shall be set for all utility construction
(water, sanitary sewer, drainage, etc .), one set of excavation/or stabilization stakes, and
one set of stakes for curb and gutter and/or paving. It shall be the sole responsibility of
the Contractor to preserve , maintain, transfer, etc., all stakes furnished until completion of
the construction phase of the project for which they were furnished.
If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by
the City have been lost, destroyed, or disturbed, that the proper prosecution and control
of the work contracted for in the Contract Documents cannot take place, then the
Contractor shall replace such stakes or markings as required . An individual registered by
City of Fort Worth . Texas
Specia l Provisions Fo r Street and Storm Drain Improvements
PMO Re lease Date: 07/28/20 10
Page SP-15 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 necessary, the City Manager's Office and the appropriate city
council members may also be informed.
3. Any notice that may, in the City's sole discretion, be required to be provided to
interested individuals will distributed by the Transportation and Public Works
Department's Public Information Officer.
4 . Upon receipt of the Contractor's response , the appropriate City departments
and directors will be notified. The Transportation and Public Works
Department will, if necessary, then forward updated notices to the interested
individuals.
5. If the Contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract, the bonding
company will be notified appropriately.
40. AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS". Typically, the OZONE SEASON , within the
Metroplex area, runs from May 1 through OCTOBER 31 , with 6:00 a.m. -10:00 a.m.
City of Fort Worth, T exas
Specia l Provi sio ns For Street and Storm Drain Improvements
PMO Re lease Date: 07/28/2010
Pa ge SP-16 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME
TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE
FORMATION.
The Texas Commission on Environmental Quality (TCEQ), in coordination with the
National Weather Service, will issue the Air Pollution Watch by 3:00 p.m. on the
afternoon prior to the WATCH day. On designated Air Pollution Watch Days , the
Contractor shall bear the responsibility of being aware that such days have been
designated Air Pollut ion Walch Days and as such shall not begin work until 10:00 a.m.
whenever construction phasing requires the use of motorized equipment for periods in
excess of 1 hour. However, the Contractor may begin work prior to 10 :00 a.m. if use of
motorized equipment is less than 1 hour, or if equipment is new and certified by EPA as
"Low Emitting ", or equipment burns Ultra Low Sulfur Diesel (ULSD), diesel emu lsions, or
alternative fuels such as CNG.
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m. -6:00 p.m., on a designated Air Pollut ion Watch Day, the
calendar days allowed may be adjusted .
41. PAY ITEM No. 16 -UNDERDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL (BID-
00924):
(1) WORK
(a) The Work of this Item includes all labor, equipment , and materials necessary to
construct underdrains using multi-flow pipe and associated connections, sand and
filter fabric, according to these Specifications and in reasonably close conformity
with the lines and grades shown on the Contract Documents , or as directed.
Provide complete in place underdrainage system , with all appurtenances in
medians and bulb outs with connection to the City storm drain manhole .
(b) See Standard Specifications Items 500 "Subdrains" for Specifications governing
this Item.
(2) UNDERDRAIN FIELD MEASUREMENT
(a) The Contractor shall verify that survey bench mark and intended elevatioos for the
Work are as indicated.
(b) The Contractor shall notify the City 's Representative of vertical and/or horizontal
control discrepancies shown on the Construction Documents.
(c) The Contractor shall notify the City's Representative should field conditions
warrant a change in typical cross section, elevations, or connection to storm
drainage system .
(3) UNDERDRAIN SUBMITTALS
(a) Submit Manufacturer's product data for the following :
City of Fort Worth, Texas
Special Provisions For Street and Storm Drai n Improvemen ts
PMO Release Date: 07/28/2010
Page SP-17 of 77
SPECIAL PROVISIONS FOR
STREET ANO STORM DRAIN IMPROVEMENTS
(a) Underdrain pipe .
(b) Connections necessary to connect the drain system to the City storm drain
system .
(c) All caps and covers.
(d) Filter fabric.
(e) Sand layer.
(4) UNDERDRAIN PIPE MATERIALS
(a) Underdrain system shall be Mutli -Flow Dra inage Systems as manufactured by
Varicore Technologies , Inc. P.O . Box 131 , Prinsburg , MN 56281 , Phone 800-978-
8007 , or an approved equal.
(b) The underdrain conduit shall be 6 inch flexible, prefabricated , rounded rectangular
shaped, composite product. The drain conduit shall be wrapped with a non-woven
geotextile. This non-woven wrap shall be of a needle-punched construction
consisting of long -chain polymeric fibers composed of polypropylene ,
polyethylene or polyamide. The fibers shall be oriented into a multi-d irectional
stable network whereby they retain their positions relative with each other and
allow the passage of water as specified . The fabric shall be free of any chemical
treatment or coating , wh ich reduces permeabi li ty and shall be inert to chemicals
commonly found in soil. The geotextile shall conform to the following minimum
average roll values.
(c) The d rainage co re shall be made of a high-density polyethylene . The core shall
be constructed using interconnected corrugated pipes that define and provide the
flow channels and structural integrity of the drain . The geotexti le shall function
only as a filter. The core of the edge drain shall conform to the following physical
property requirements .
(d) The fittings used wi t h the edge drain shall be of a snap together design . In no
case shall any drainage product be joined without the use of the Manufacturers
connector designed specifically for the purpose.
(e) Pipe for edge drain outlet laterals shall be either PVC pipe meeting the
requirements of ASTM D 2729 or ASTM F 949, or high-dens ity polyethylene pipe
meeting the requirements of AASHTO _M 252 .
(f) A rodent screen made of 0 .3 inch by 0 .3 inch square opening size , 0.063 inch
gauge , stainless steel or galvanized, welded wire mesh shall be installed in each
outlet lateral line . When using galvanized welded wire mesh , the rodent screen
shall be galvanized after it has been formed to the shape and dimensions shown
on the Construction Documents or specified by the City's Representative.
(g) Underdrain Outlet Protectors:
1. Concrete shall be 3000 p.s.i.
2. Reinforcing steel shall comply with Section: Concrete Walkway Pavement
3. In lieu of constructing underdrain outlet protectors in place , the Contractor
may use precast units that comply with the applicable requirements of the
Manufacturer's recommendations.
City of Fort Worth , T exas
Special Pro vi sio ns Fo r Stree t and Storm Dra in Imp rovements
PMO Release Date: 07/28/20 10
Page SP-1 8 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
{h) Sand Drainage Layer: Sand layer to cover the underdrainage pipe in the trench
shall be hard, clean , durable sand compat i ble for use as a drainage material. The
part icle size shall be defined as less than 5 percent retained on a No . 10 screen,
and less than 5 percent passing through a No. 30 screen. No more than 1 percent
shall pass a No. 50 screen.
(i) Filter Fabric: The filter fabric shall be used to separate the sand blanked from the
backfill or topsoil on all sides . The fabric shall be AMOCO 4545 or approved
equivalent.
(5) PREPARAT ION
(a) Identify required lines , levels, contours, and datum locations . Location and
elevations have been provided on the Construction Documents . The Contractor
sha ll verify the correctness of the Construction Documents and elevations
provided and notify the City's Representative of any discrepancies found prior to
field adjustments .
(6) CONSTRUCTION REQUIREMENTS
(a) Underdrain Pi pe Installatio n :
1. The underdra i n pipe shall be laid hori zontal at the bottom of the trench and
the pipe sections joined securely with th e appropriate coupling fittings or
bands, or other necessary connections per the Manufacturer's
recommendations to provide a complete drainage system connected to the
C ity storm drains.
2. The upgrade end of pipe installations shall be closed with suitable plugs to
prevent entry of soil materials .
3. The pipe shall be installed in such a manner that continuous outflow is
provided during construction .
4 . The drainage system shall be laid at a minimum of 1 percent slope to drain
outlets .
(b) Underdrain Outlet Protectors:
1. The foundation shall be prepared to the required depth , forms set rigidly to
. the line and grade designated , and the concrete placed , spaded, vibrated ,
and finished w ith a wood float to a true and even surface.
2 . When completed , the concrete shall be cured as specified in Section 410
"Concrete Structures".
3. Precast units shall be placed on a foundation prepared to the proper depth
and the pipe underdrain shall be firmly secured to the outlet protector.
4. The outlet protector shall be placed in such a manner that the underdrain
lateral has a uniform slope to ensure proper drainage .
5. Abrupt changes in slope along any portion of the lateral will not be permitted .
(c) Sand Drainage Layer:
1. After the unde rdrain pi pe installation has been inspected and approved, sand
material shall be placed in a layer to a minimum height of 3 inches above the
C ity of Fort W orth, T exas
Special Provisions Fo r Street and Storm Drain Imp rovements
PM O Release Date : 07/28/20 10
Page SP-19 of77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
top of the pipe, surrounding the pipe in a blanket layer that is the full width of
the trench .
(d) Filter Fabric:
1. The filter fabric shall be installed as shown on the Construction Documents.
2 . Care shall be taken during the placement of the planting soil , to prevent
damage to the fabric and underdrain .
( e) Protection
1. The Contractor shall protect the underdrain from contamination prior to the
placement of successive courses .
2 . Underdrains contaminated or crushed are subject to removal and
replacement at no cost to the City.
(7) Measurement: The measurement for this Item shall be linear feet and including all
labor, materials and equipment necessary to install underdrain with sand and filter
fabric including all connections , pipe , backfill , and cleanouts .
(8) Payment: Payment for this Item shall be linear feet in place .
42. PAY ITEM No. 29 & 29-CONCRETE PAVEMENT-INSTALL (BID-00527 and 00536):
(2) WORK
(a) The Work of this Item includes all labor, equ i pment, and materials necessary to
provide concrete pavements and stair as shown on the Construction Documents.
The Work within this Item includes preparing subbase, expansion joi nts , providing
forms, reinforcement, placing, pouring, finish work of concrete pavement , and
other miscellaneous items related to this work as shown on t he Construction
Documents .
(b) See Standard Specifications Item no. 504, Concrete Sidewalks and Driveways for
specifications governing this Item.
(2) SUBMITALS
(a) The Contractor shall provide a typical sample of the finished concrete to the
Client's Representative for approval. Once the sample is approved it shall
become the standard to which all concrete shall match . Any concrete wo rk that
doesn 't match the approved sample shall be removed and replaced at no cost to
the City.
Ci ty of Fo rt Worth , Texas
Specia l Provisio ns Fo r Street and Storm Drain Improvem en ts
PM O Release Date: 07/28/20 10
Pag e S P-20 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(3) Measurement: The measurement for this Item shall be per square foot complete in
place, including all labor, materials and equipment necessary to provide concrete
pavement as shown on the Construction Documents.
(4) Payment: Payment for this Item shall be per square foot, complete in place, including
all labor, materials and equipment necessary to provide concrete pavement as shown
on the Construction Documents.
43. PAY ITEM No. 26 & 27 -RETAINING WALL -MODULAR-INSTALL (810-00413):
(1) WORK
(a) The Work of this Item includes all labor, equipment, and materials necessary to
construct segmental retaining walls using wall units and associated accessories
according to these Specifications and in reasonably close conformity with the
lines and grades shown on the Contract Documents, or as directed . Provide
complete in place segmental retaining wall system, with all appurtenances to
support concrete accessible ramp and seating within the stormwater detention
basin .
(b) CONTRACTOR shall have a minimum of five years experience installing modular
retaining walls .
(2) RETAINING WALL FIELD MEASUREMENT
(a) The Contractor shall verify that survey bench mark and intended elevations for the
Work are as indicated .
(b) The Contractor shall notify the City's Representative of vertical and/or horizontal
control discrepancies shown on the Construction Documents .
(c) The Contractor shall notify the City's Representative should field conditions
warrant a change i n typical cross section , elevations, or connection to segmental
retaining wall system.
(3) RETAINING WALL SUBMITTALS
(a) Submit Manufacturer's product data for the following:
1. Material description and installation instructions.
2. Shop drawings: system design including wall elevation views, geosynthetic
reinforcement layout, pertinent details and drainage provisions.
3 . Design calculations
4 . Shop drawings and design calculations shall be sealed by a licensed
Professional Engineer in the State of Texas .
5. Samples
i. Block in manufacturer's full range
ii. Geosynthetic material
City of Fort W orth, Texas
Special Provisions Fo r Street and Storm Drai n Improvements
PMO Release Date : 07/28/20 10
Page SP -21 of77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
6. Test Reports: independent laboratory reports stating moisture absorption and
compressive strength properties of the concrete retaining wall units meet, when
tested, in accordance with ASTM C140 , Sections 6, 8 and 9.
(4) SEGMENTAL RETAINING WALL MATERIALS
(a) Segmental Retaining Wall system shall be:
(a) Anchor Diamond Pro Stone Cut Series Systems as manufactured by
Pavestone Company, 3215 State Highway 360, Grapevine, TX 76051,
Phone 817-481-5802
(b) Magnum Stone as manufactured by Redi-Rock, S .1. Precast, 5203
Hl45 North, Ennis, TX 75119, Phone 800-395-9605
(c) or an approved equal.
(5) PREPARATION
(a) Identify required lines, levels, contours, and datum locations . Location and
elevations have been provided on the Construction Documents . The Contractor
shall verify the correctness of the Construction Documents and elevations
provided and notify the Owner's Representative of any discrepancies found prior
to field adjustments .
(6) CONSTRUCTION METHODS
(a) Segmental Retaining Wall System shall be constructed in accordance with the
details shown on the plans.
(7) Measurement: The measurement for this Item shall be square face feet and including
all labor, materials and equipment necessary to install the retaining wall system
including the bottom of the base course to the top of the wall cap, and the entire
length of the wall.
(8) Payment: Payment for this Item shall be on a square foot basis.
44. PAY ITEM No. 55 -TRENCH SAFETY SYSTEM > 5 FOOT DEPTH -INSTALL (BID-
00372):
Description: This item will consist of the basic requirements which the Contractor must
comply with in order to provide for the safety and health of workers in a trench. The
Contractor shall develop, design and implement the trench excavation safety protection
system. The Contractor shall bear the sole responsibility for the adequacy of the trench
safety system and providing "a safe place to work" for the workman .
City of Fort Worth, T exas
Specia l Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-22 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
The trench excavation safety prot ection system shall be used for all trench excavations
deeper than five (5) feet. The Excavating and Trenching Operation Manual of the
Occupat ional 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 w ith all other applicable Federal , State and local
rules , regulations and ordinances.
Measurement and Payment: All methods used for trench excavation safety protection shall
be measured by the linear foot of trench and paid at the unit price in the Proposal, which
shall be total compensation for furnishing design , materials , tools , labor , equipment and
incidentals necessary , including removal of the system .
Trench depth fo r payment purposes for Trench Safety Systems is the vertical depth as
measured from the top of the ex isting ground to the bottom of the pipe .
45. PAY ITEM No . 53 -STORM WAT ER POLLUTION PREVENTION> Than 1 AC SWPPP
-INSTALL (810-00100):
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations , a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is
required for all construct ion activities that result in the disturbance of one to five acres (Small
Construction Activ ity) o r fiv e or more acres of total land (Large Construction Activity). The
Contractor is defined as an "operator" by state regulations and is required to obtain a permit.
Soil stabilization and structural practices have been selected and designed in accordance
with North Central Texas Council of Governments Best Management Practices and Eros ion
Control Manual fo r Const ruction Activities (BMP Manual).
Not all of the structural controls discussed in the BMP Manual will necessarily apply to this
project. Best Management Practices are construct ion management techniques that, if
properly utilized , can minimize the need for physical controls and possible reduce costs . The
methods of control shall result in minimum sediment retention of not less than 70%.
NOTICE OF INTENT (NOi): If t he project will resul t in a total land disturbance equal to or
greater than 5 acres , the Contractor shall sign at the pre-construction meeting a TCEQ
Notice of Intent (NOi) form prepared by the ENGINEER. It serves as a notification to the
TCEQ of construction activity as well as a commitment that the Contractor understands the
requirements of the perm it 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 ma iled to :
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin , TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Ci ty of Fort Worth , Texas
Specia l Provisions Fo r Street and Storm Drain I mprovements
PMO Release Date: 07/28/2010
Page SP-23 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin, TX 78753
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity ,
the Contractor shall sign , prior to final payment, a TCEQ Notice of Termination (NOT) form
prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the
requirement of the permit.
The NOT should be mailed to :
BY REGULAR U.S. MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin, TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Quality
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin , TX 78753
A copy of the NOi and NOT shall be sent to:
City of Fort Worth
Department of Environmental Management
1000 Throckmorton Street
Fort Worth , TX 76102
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters
and techniques to be employed to reduce the release of sediment and pollution from the
construction site . Five of the project SWPPP 's are available for viewing at the plans desk of
the Department of Transportation and Public Works. The selected Contractor shall be
provided with three copies of the SWPPP after award of contract, along with unbounded
copies of all forms to be submitted to the Texas Commission on Environmental Quality.
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN 5 ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the
TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ
requirements prepared by the ENGINEER shall be prepared and implemented at feast 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 altera t ions to the SWPPP proposed by the Contractor must be
City of Fort Worth , Texas
Specia l Provision s For Street and Sto rm Drain Improvements
PMO Re lease Date: 07/28/20 10
Page SP-24 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
prepared and subm itted by the Contractor to the ENGINEER for review and approval. A
Notice of Termination (NOT) form shall be submitted with in 30 days after final stabilization
has been achieved on all portions of the site that is the responsibility of the permittee, or,
when another permitted operator assumes control over all areas of the site that have not
been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES : Submission of a NOi form is not required .
However, a TCEQ Site Notice form must be completed and posted at the site . A copy of the
completed Site Notice must be sent to the City of Fort Worth Department of Environmental
Management at the address listed above. A SWPPP, prepared as described above , shall be
implemented at least 48 hours before the commencement of construction activities. The
SWPPP must include descriptions of control measures necessary to prevent and control soil
erosion, sedimentation and water pollution and will be included in the · contract documents.
The control measures shall be installed and maintained throughout the construction to
assure effective and con t inuous water pollution control. The controls may include , but not be
lim ited to , silt fences , straw bale dikes , rock berms , divers ion dikes , interceptor swales ,
sed iment traps and basins, pipe slope drain , inlet protection, stabilized construction
entrances , seeding , sodding , mulching , soil retention blankets , or other structural or non-
structural storm water pollution controls . The method of control shall result in a minimum
sediment retention of 70% as defined by the NCTCOG "BMP Manua l." Deviations from the
proposed control measures must be submitted to the ENGINEER for approval.
PAYMENT FOR SWPPP IMPLEMENTATION : Payment shall be made per lump sum as
shown on the proposal as full compensation for all items contained in the project SWPPP .
46 . PAY ITEM No. 6-UNCLASSIFIED EXCAVATION (REMOVE AND REPLACE SAND
WITH SELECT CLAY) (BID-00065):
The estimated clay quantity is based on the presence of clay at bore location #1. The
Contractor shall utilize this pay item as a contingency cost for remova l and replacement of
sand with clay as specified in the attached geotechnical report. Actual quantity of required
sand removal w i ll be determined during construction by the Owner's Representative . Sand
removal and replacement will be based on the determination of the Owner's Repreasentative
of the actual quantity of sand removed during construction and will be reimbursed per the
cubic yard unit cost provided in Contractor's bid.
47. PAY ITEM No . 20 -SAND BED w ith GRAVEL LAYER and UNDERDRAIN PIPING (BID-
00121)
47 .1 Sand Bed. The sand bed for city-maintained filtration basins must be built according
to the detail in the plans. Sand bed depths are final, compacted depths.
Consolidation effects must be taken into account. Pre-soaking of media is
recommended to induce consolidation so that the correct amount of makeup material
can be determined . To pre-soak apply 5-10 gallons of water per sq. ft. of filtration
bed , within 1 hour.
The top layer is to be a minimum of eighteen (12) inches of 0.02-0 .04 inch diameter
sand which corresponds with ASTM C-33 concrete sand (smaller sand size is not
acceptable). Under the sand shall be a layer of one-half (0.5) to one and one-half
City of Fort Worth , Texas
Special Provisions For Stree t and Storm Dra in Imp rovements
PMO Release Date: 07/28/2010
Page SP-25 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(1.5) inch diameter washed, rounded, river gravel which provides three (3) inches to
five (5) inches of cover over the top of the underdrain lateral pipes. Clean, screened,
crushed recycled glass no smaller than 3/8 inch is also acceptable . The sand and
gravel must be separated by a layer of geotextile fabric as detailed on the plans .
Submittals: CONTRACTOR shall submit lab results for filter sand gradation that
meets this specification and as shown on plans .
47.2 Underdrain Piping. The underdrain piping consists of the main collector pipe(s) and
perforated lateral branch pipes. The piping should be reinforced to withstand the
weight of the overburden. Internal diameters of lateral branch pipes should be six (6)
inches or greater and perforations should be three-eighths (3/8) inch. All piping is to
be schedule 40 polyvinyl chloride (PVC) or greater strength . The maximum spacing
for the laterals should be ten (10) feet between laterals and five (5) feet from a wall or
side . Lesser spacings are acceptable . The maximum spacing between rows of
perforations should not exceed six (6) inches.
The minimum grade of piping shall be one-eighth (1/8) inch per foot (one (1) percent
slope). Access for cleaning all underdrain piping is needed . Cleanouts with a
removable PVC cap are required within fifty (50) feet of every portion of lateral , at
collector drain lines , and at every bend. In order to minimize damage to these
cleanouts due to maintenance equipment, vandalism, and mowing set the top of the
cleanout flush with the top of the sand bed. At least one lateral must be accessible
for cleaning when the pond is full. The full pond cleanout should extend above the
water quality elevation and/or be located outside of the water quality volume ponding
area. In order to minimize vandalism or other types of damage to this full pond
cleanout the use of exposed piping shall be avoided or minimized . For Partial
Sedimentation/Filtration systems only, install a removable PVC cap with an
appropriately sized orifice at the end of the underdrain pipe in order to provide a forty-
eight (48) hour drawdown time, to account for significant uncertainties to the actual
filtration media hydraulic conductivity over the life of the system.
47.3 Measure and Payment: Payment for installation of sand bed with gravel layer for the
filtration basin shall be per each basis.
48 . PAY ITEM No. 14 -BID-00147-PLANTING SOIL MIX-INSTALL
48.1 WORK
(a) The Work of this Item consists of providing all labor, equipment, materials ,
incidental Work, and construction methods necessary to supply and place
planting soils as indicated on the Contract Documents and as specified.
Supplying and placement of planting soils shall include, but not be limited to:
City of Fort Worth , Texas
1. Sampling and testing of planting soil.
2. Modifying, screening , placing, spreading and grading of planting
soil.
3. Providing all other supplying, sampling, testing, placing, spreading
and grading of planting soils as required by this Item .
Special Provisio ns Fo r Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-26 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(b) See Standard Specifications Item no. 108, "Finishing of Parkways," for
Specifications governing the preparation of the subgrade prior to planting soil
placement for this Item .
(c) See PAY ITEM No . 13 -BID 00801 -Landscaping for Work related to this BID
ITEM.
48.2 REFERENCES
(a) American Society for Testing and Materials (ASTM):
1. D 75 -Practice for Sampling Aggregates.
2. D 422 -Test Method for Particle-Size Analysis of Soils .
3. D698-00a -Standard Test Methods for Laboratory Compaction
Characteristics of Soil Using Standard Effort (12,400 ft-lbf/ft3).
4 . D1557 -Moisture-Density Relations of Soils and Soil-Aggregate
Mixtures using 10-lb Rammer and 18-in . Drop.
(b) A.O.A.C.: Association of Official Agricultural Chemists.
48.3 SUBMITTALS
(a) At least twenty (20) days prior to ordering materials, the Contractor shall submit
to the City's Representative samples, certifications, Manufacturer's product data
and certified test results for materials as specified below for approval. No
materials shall be ordered or delivered until the required submittals have been
reviewed and approved by the City's Representative. Delivered materials shall
closely match the approved samples . The City's Representative reserves the
right to reject, on or after delivery , any material that does not meet these
Specifications .
(b) Testing will be at the Contractor's expense. Contractor shall deliver all samples
to testing laboratories via overnight courier and shall have the testing report
sent directly to the City's Representative. Perform all tests for gradation,
organic content, soil chemistry and pH. Testing reports shall include the
following tests and recommendations. Contractor shall deliver samples to
testing laboratories and shall have the testing report sent directly to the City's
Representative from the Soil Laboratory. Testing reports shall include the
following tests and recommendations .
City of Fort Worth , Texas
1. Mechanical gradation (sieve analysis) shall be performed and
compared to the USDA Soil Classification System . Sieve analysis
shall be by combined hydrometer and wet sieving using sodium
hexametaphosphate as a dispersant in compliance with ASTM D
422 after destruction of organic matter by H202. To facilitate
review and approval of sieve analysis, provide a computer
generated gradation curve.
2 . Percent of organics shall be determined by the loss on ignition of
oven-dried samples. Test samples minus No. 10 material shall be
oven-dried to a constant weight at a temperature of 450 degrees
Fahrenheit.
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-27 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
3. Chemical analysis shall be undertaken for Nitrate Nitrogen,
Ammonium Nitrogen , Phosphorus, Potassium, Calcium,
Magnesium, extractable Aluminum, Lead, Zinc, Cadmium, Copper,
Soluble Salts, and pH and buffer pH. A Conductivity Meter shall be
used to measure Soluble Salts in 1 :2 soil/water (v/v). Except where
otherwise noted, nutrient tests shall be for available nutrients .
4 . Soil analysis tests shall show recommendations for soil additives to
correct soils deficiencies as necessary, and for additives necessary
to accomplish Work as specified .
a . Peat Moss: Submit a one cubic foot sample and supplier's
certification of contents.
b. Limestone : Submit supplier's certification that the limestone
being supplied conforms to these Specifications .
c. Acidulant: Submit supplier's certification that the acidulant
being supplied conforms to these Specifications.
d . Fertilizer:
i. Submit product data of fert ilizer and certificates showing
composition and analysis . Submit fertilization rates for
fertilizer product based upon soil test ing, analysis , and
recommendations as specified , performed and paid for in
this Division 2 Item.
ii . Submit the purchasing receipt showing the total quantity
purchased for the Project prior to installation .
iii. Gypsum : Submit Manufacturer's product data and sample.
iv. All additives needed to amend a specific soil in order to
meet these Specifications.
(c) EXAMINATION OF CONDITIONS
1. The Contractor, and any Sub-Contractor responsible for the
execution of the Work of this Item , shall review the subgrades and
verify that the subgrades have been excavated and prepared as
required by this Item, prior to proceeding with the spreading of the
soil mix. Carefully review the requirements of this Item, to
understand the requirements of percolation testing, compaction,
and absence of debris of the subgrade prior to spreading of the soil
mix.
(d) DEFINITIONS
1. The following size distributions of mineral particles by d iameter and
sieve size shall apply to the following conventional names of soil
types :
Conventional Name
Very coarse sand
Coarse sand
Medium sand
Fine sand
C ity of Fort W orth , Texas
Specia l Provi sions For Street and Storm Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-2 8 of 77
Retained on U.S. Sieve
No. 18
No. 35
No. 60
No .#140
Diameter
1-2
0.5-1
0 .25-0.5
0 .10-0.25
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Very Fine sand No. 270 0 .05-0.10
48.4 MA TE RIALS
2. Sandy loams shall conform to USDA Soil Taxonomy definitions
and as follows: Soil material that contains either 20 percent clay or
less, and the percentage of silt plus twice the percentage of clay
exceeds 30 percent, and 52 percent or more sand ; or less than 7
percent clay, less than 50 percent silt , and between 43 percent and
52 percent sand.
3 . Sandy loam : 30 percent or more very coarse, coarse and medium
sand, but less than 25 percent very coarse sand, and less than 30
percent very fine or fine sand.
(a) PLANTING SOIL MIX
1. The soil mix for planting trees, shrubs, groundcover and perennials
shall be "sandy loam " determined by mechanical analysis (ASTM D
422) and based on the "USDA Classification System" and as
defined in this Section. It shall be of uniform composition , without
admixture of subsoil. It shall be free of stones greater than one
and one-quarter inches, lumps , plants and their roots, debris and
other extraneous matter as determined by the City's
Representative. Planting soil for shrubs, groundcover and
perennials shall have the following grain size distribution for
material passing the No . 10 sieve:
Millimeter
2
1
0.5
0 .25
0.10
0.05
0.002
Percent Passing by Weight
Maximum Minimum
100
87
78
68
55
7
100
80
67
48
30
22
2
2 . Maximum size shall for planting soil mix for trees and shrubs shall
be one inch largest dimension and for lawn areas it shall be one
quarter inch largest dimension. The maximum retained on the No.
10 sieve shall be 25 percent by weight of the total sample.
3 . pH shall be within a range of 6.0 to 6.5 .
(b) SOIL ADDITIVES
1. General: Soil additives shall be used to counteract soil
deficiencies as recommended by the soils analysis.
City of Fort W orth . T exas
Special Provi sions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-29 of 77
City of Fort Worth, Texas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
2 . Acidulant for adjustment of loam pH shall be commercial grade
flours of sulfur, ferrous sulfate, or aluminum sulfate that are
unadulterated . Acidulants shall be delivered in unopened
containers with the name of the Manufacturer, material, analysis
and net weight appearing on each container.
3. Ground limestone for adjustment of loam pH shall contain not less
than 85 percent of total carbonates and shall be ground to such
fineness that 40 percent will pass through 100 mesh sieve and 95
percent will pass through a 20 mesh sieve. Contractor shall be
aware of loam pH and the amount of lime needed to adjust pH to
meet the requirements of the testing lab recommendations.
4. Organic component -of the manufactured loam shall be compost
and peat moss used in equal proportions . Compost shall be a
stable humus-like material produced from the aerobic
decomposition of organic residues. The residues, if bio-solids,
shall consist of compost meeting MA-DEP Type 1 requirement or
approved equal. The residues shall be dark brown or black in
color, with no visible free water or dust and no unpleasant odor,
meeting the following criteria certified by the producer.
Carbon -Nitrogen Ratio
Stabil ity CO2 evolution test
Or Dewar self heating test
Or Woods End laboratory's
Compost Test Kit
Organic content
Particle size
Inorganic debris
pH
Soluble Salts
Density
Minimum 10 :1 maximum 25 :1
< 10 mg CO2 -C/g BVS/day
<10 degrees C above room temp
40 percent minimum dry weight (Loss
on Ignition ; minus No. 10 Sieve, 430
degrees C)
90 percent passing 0.5 inch screen,
100 percent passing one inch screen
1 percent maximum (dry weight)
minimum 5.5 -maximum 8.0
> 2 and <4 .0 mmhos/cm.(ds/m)
850-1 ,050 lb/cy
5. Peat moss shall be composed of the partly decomposed stems and
leaves of any of several species of sphagnum moss . It shall be
free from wood, decomposed colloidal residue and other foreign
matter. It shall have an acidity range of 3.3 pH to 5.5 pH, as
dete rmined in accordance with the methods of testing of A.O .A.C .,
latest edition. Its water absorbing ability shall be a minimum of
1,100 percent by weight on an oven-dry basis .
6. Sand, as required for mixing with topsoil to meet Specification
requirements shall be uniformly graded coarse sand consisting of
clean , inert, rounded grains of quartz or other durable rock and free
from loam or clay, surface coatings, mica, other deleterious
materials with the following gradation .
Speci al Provi sions Fo r Street an d Storm Drain Imp rovements
PMO Re lease Date: 07/28/2010
Page SP-30 of 77
48.5 EXECUTION
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Millimeter Percent Pass i ng by Weight
Maximum Minimum
5 100
2 100 80
1 86 58
0 .5 50 18
0.25 24 7
0.10 0 10
0.05 0 4.5
0.002 0 0 .3
a. The ratio of the particle size for 70 percent passing (070) to the
particle size for 20 percent passing (D20) shall be 4 .0 or less .
(D701D20 < 4.0)
7. Bone meal shall be fine ground, steam-cooked, packing house
bone with a minimum analysis of 23 percent phosphoric acid and
one percent nitrogen.
8. Gypsum (CaS04 ·2H 20) shall be agricultural grade , granular form .
Gradation shall conform to the following:
Sieve Designation
No . 8
No. 16
No . 30
No. 50
No . 100
Percent Passing by Weight
100
97
82
46
21
9. Commercial fertilizer shall be a organic product complying with the
State and United States fertilizer laws. Deliver fertilizer to the site
in the original unopened containers bearing the Manufacturer's
certificate of compliance covering analysis and which shall be
furnished to the City 's Representative. Fertilizer shall contain not
less than the percentages of weight of ingredients as
recommended by the soil analysis .
(a) FILLING AND COMPACTION
City of Fort W ort h. Texas
1. Perform percolation tests on existing subsoils or placed fill prior to
placing and spreading planting soil mix unless the planting beds
have underdrains which then do not require the testing :
a . Perform percolation testing of subsoil in planting pits or placed
fills to determine whether or not the subgrade will drain
Special P rovisions For Street and Storm Dra in Improvements
PMO Re lease Date: 0 7/28/2010
Page SP-3 1 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
properly. Perform percolation tests as specified in this Item , for
each lift of planting soil.
b. In the event t hat percolation testing indicates that the subsoil,
placed fills has been over compacted and will not drain, the
Contractor shall loosen up the top 6 inches of the subgrade to
be planted by using a hand shovel and loosen to a density that
will percolate as specified under the Work of this Item.
2 . Confirm that the subgrade is at the proper elevation and that no
further earthwork is required to bring the subgrade to proper
elevations and that the underdrains are installed and Working
properly before placing any soil.
3. The Contractor shall install planting soil mix in successive
horizontal lifts no thicker than 12 inches in one lift in plant bed
areas to the desired depth and compaction as described herein.
The Contractor shall install the soil at a higher level to anticipate
any reduction of soil volume due to compaction, settling , erosion,
decomposition, and other similar processes during the warranty
period.
4 . In addition to the range cited above, compact each lift sufficiently to
reduce settling , but not enough to prevent the movement of water
and feeder roots through the soil. The planting soil in each lift
should feel firm to the foot in all areas and make only slight heel
prints.
(b) ACCEPTANCE
1. Confirm that the final grade of the planting soil mix is at the proper
finish grade elevations and to the depths shown on the Contract
Documents. Adjust grade or depth as required to meet the
contours and spot elevations noted on the Contract Documents.
Request the presence of the City's Representative to inspect final
grade before planting . Do not proceed with the remaining Work of
this Contract until the City's Representative has given his/her
written approval of the final grade .
48 .6 Measurement: The Work of this Item shall include all materials, soil amendments ,
testing, placement, compacting, labor and equipment necessary to provide the
completed installed Item as specified herein .
City of Fort Worth , Texas
Specia l P ro visio ns For Street and Storm Drain. Improvements
PM O Release Date: 07/28/2010
Page SP-32 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
48 . 7 Payment: Payment for this Item shall be by cubic yard in place .
49. PAY ITEM No . 13 -BID 00801 -LANDSCAPING -INSTALL
49 .1 WORK
(a) The Work of this Item includes all labor, equipment, and materials necessary to
perform all planting work and related items for installation of all trees, shrubs ,
ground cover, and ornamental grasses as shown on Construction Documents
and as specified in this Section and also includes, but is not limited to , the
following:
1. Plant materials
2 . Planting Bed Mulch
3. Planting maintenance.
4. One year guarantee period for all plants.
(b) See PAY ITEM No. 14 -BID 00147 -Planting Soils for Work related to this BID
ITEM.
49.2 REFERENCES
(a) The following standards shall apply to the Work of this Section .
49.3 SUBMITTALS
1. Hortus 11 1, 1976, L. H . Bailey Hortorium.
2. Tree and Shrub Transplanting Manual , E.B. Himelick , 1991 ,
International Society of Arboriculture.
3. American National Standards Institute (ANSI): Z60.1 Nursery Stock
4 . American Standard for Nursery Stock, latest edition, published by
American Association of Nurserymen , (AAN).
(a) At least 30 days prior to the first day of the planting season described in this
Item : PLANTING, submit to the City's Representative proof of certification of
Foreman or Crew Leader as Certified Landscape Professional or Certified
Horticulturist.
(b) At least 30 days prior to ordering materials, the Contractor shall submit to the
City 's Rep resentative all samples , certifications , Manufacturer's product data
and certified test results for materials as specified below. No materials shall be
ordered, delivered, or installed until the required submittals have been reviewed
and approved by the City 's Representative . Delivered materials shall closely
match the approved samples. Approval shall not constitute final acceptance .
The City's Representative reserves the right to reject , on or after delivery, any
material which does not meet these Specifications .
(c) Material Sampling and Testing:
Ci ty of Fort Worth , Texas
1. Planting Mulch: Subm it a one cubic foot sample.
2. Antidesiccant: Submit Manufacturer's product data .
3 . Peat: Submit a one cubic foot sample and Manufacture r's
certification of contents .
4. Mycorrhizal Fungal lnoculant:
Specia l Provisions For Street and Storm Drai n Improvemen ts
PM O Release Date: 07/28/20 10
Page SP-33 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
i. Submit Manufacturer's product data certifying that inoculant
being supplied conforms to these Specifications .
ii. Submit the purchasing receipt showing the total quantity
purchased for the Project prior to installation.
iii . Submit empty packets of fungal spore inoculant to the
City's Representative for verification of use.
49.4 EXAMINATION OF CONDITIONS
(a) All areas to be planted shall be inspected by the Contractor before starting Work
and any defects such as incorrect grading o r inadequate drainage shall be
reported to the City's Representative prior to beg i nning this Work.
(d) The Contractor shall be solely responsible for judging the full extent of Work
requirements involved, including but not limited to, the potential need for storing
and maintaining plants temporarily and/or re -handling plants prior to final
installation .
(e) All plants are the full responsibility of the Contractor between the time of digging
at the nursery and final acceptance.
49.5 QUALITY ASSURANCE
(a) Qualification of Landscape Contractor: The Work of this Item shall be
performed by a landscape contracting firm which has successfully installed
Work of a simila r quality, schedule requirement , and construction detailing, with
a minimum of five yea rs experience . Proof of this experience shall be submitted
to the City's Representative .
(f) Qualification of Arborist: All Work of pruning shall be performed by an arbo rist
certified by the American Arborist Association or the International Society of
Arboriculture and be licensed in Texas.
(g) Pest Control Applicator: Texas-Licensed landscape pest control applicator.
1. Comply with American Joint Committee of Horticultural
Nomenclature "Standard ized Plant Names", American Association
of Nurserymen, Inc. American Standard for Nursery Stock.
2. Provide plant material as shown on Contract Documents . Plants
shall be subject to inspection and approval by City's
Representative at place of growth or upon delivery to site for
conformity to specified requirements .
49.6 DELIVERY, STORAGE, AND HANDLING
(a) Preparation for Delivery:
1. Balled and Burlapped (BB) Plants :
City of Fort Worth , T exas
a . Dig and prepare for shipment in manner that will not damage
roots , branches, shape, and future development after planting .
b. Ball with firm, natural ball of soil.
c . Wrap ball fi rmly with burlap.
d . Ball Size and Ratios: Conform to American Associat ion of
Nurserymen (AAN) standard sizes and Plant List , if conflict
occurs , notify City's Representative.
e. Pack plant material to protect against climatic, seasonal , and
breakage injuries du r ing transit.
Specia l Pro vi sions For Street and Storm Drain Im provements
PMO Release Date: 07/28/20 10
Page SP-34 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
f . Securely cover plant tops with tarpaulin or canvas to minimize
wind-whipping and drying . Use antidesiccant upon approval of
City 's Representative.
g . Pack and ventilate to prevent sweating of plants during transit
by rail. Ensure prompt delivery and careful handling to point of
delivery at planting job si t e .
2. De livery:
a . Fertilizer and Soil Amendments : Original unopened containers
bearing Manufacturer's guaranteed chemical analysis, name,
trademark and conformance to State law.
b. Plants : Provide legible identification labels. Minimum one
plant of each species delivered to site shall have identification
tag. Do not remove tag until after final inspection .
c. Prevent damage to root ball or desiccation of leaves.
d . Not ify City's Representative 10 days in advance of delivery.
e . Soil Supplements: Original , unopened and unbroken
packages .
3. Inspect trees , shrubs , and ground cover plants for injury, insect infestation ,
and trees and shrubs for improper size and shape .
4. Storage :
a . Protect roots of plant material from drying or other possible
injury with soil or acceptable material.
b. Store plant material in area wh ich is shaded and protected from
weather .
c . Maintain and protect plant material not to be planted
immediately upon delivery in healthy , vigorous condition.
5 . Handl ing:
a. Do not drop plants .
b . Do not pick up container or balled plants by stem or trunks.
c. Lift and handle balled plants from bottom of ball.
49 .7 ENVIRONMENTAL REQUIREMENTS
(a) Do not install plant life when ambient temperatures may drop below 35 degrees
F or rise above 95 degrees F.
(b) Do not install plant life when wind velocity exceeds 30 mph.
49 .8 SCHEDULING
(a) Install trees, prior to backfilling of the treeway with planting soil. Coordinate
scheduling with underground irr igation system installation and underdrains.
49 .9 WARRANTY
(a) Contractor shall maintain all landscape areas in a healthy, vigorous, and
attractive growing condition for a period of 90 days after Final Acceptance .
(c) Warrant plant materials to be in healthy, vigorous, and attractive growing
condition for period of 1 year after Final Acceptance .
(d) Replace plants which die, become diseased or unhealthy, or are otherwise
found to be in poor condition, as determined by City's Representative.
(e) Warranty will not apply to damage or injury to plant materials caused by
vandalism, vehicles , and storms .
(f) Replace plants within 15 days of written notification by City's Representative.
City of Fort Worth , T exas
Specia l Provisions For Stree t and Storm Drain Improveme nts
PM O Release Date: 07/28/2010
Page SP-35 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(g) The replacement shall include the cost and labor for removing whatever
pavements or other materials are required to be removed to remove and
reinstall the new trees . This Work includes furnishing and replacing any
materials (pavement etc.) that had to be removed to replace the tree, at on
additional cost to the City.
49 .10 MATERIALS
(a) PLANTING SOIL MIX
1. Planting soil mix and soil additives shall be as specified, provided ,
installed and paid for per PAY ITEM No. 14 -Bid Item 00147-
Planting Soils.
(b) GRADES AND STANDARDS OF PLANTS
Ci ty of Fort W orth , T exas
1. The Contractor shall furnish all plants shown on the Contract
Documents , as specified , and in quantities listed on the PLANT
LIST. No substitutions will be permitted , without written approval
by the City 's Representative . All plants shall be nursery grown
unless specifically authorized to be collected as noted on the
PLANT LIST.
2 . All plants shall be typical of their species or variety and shall have
a normal habit of growth and be legibly tagged with the proper
name . Only plant stock grown within Hardiness Zones 6 through
7b, as established by the USDA Plant Hardiness Zone Map , latest
ed ition , will be accepted.
3. Plants shall be in accordance with ASNS Standards of the
American Association of Nurserymen except as noted in this Item.
Botanical plant names shall be in accordance with plant
designations included in Hortus Ill.
4 . If, at any time during the performance of the Contract, any plant
shows signs of graft incompatibility, as determined by the City 's
Representative , then the tree or shrub and all other similarly
grafted plants of the same Genus/SpeciesNariety shall be rejected
and removed from the site . Visual symptoms of graft
incompatibility as cause for rejection include :
a. Development of over-growths by rootstock or scion resulting in
the development of shoulders or inverted shoulders .
b. Suckering of the rootstock combined with poor growth or
dieback of scion.
c. Any mechanical weakness between scion and rootstock.
d. Any marked difference in bark pattern and structure between
scion and rootstock .
e. Size and shape of plants shall correspond with that normally
expected for species and variety of commercially available
nursery stock or as shown on Contract Documents . Overall
shape and minimum acceptable size of plants measured before
Spec ial Provisio ns For Street and Storm Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-36 of 77
City of Fort W orth, T exas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
pruning with branches i n normal position shall conform with
AAN standards. Plants larger in size than specified may be
used with approval of City 's Representative , at no additional
cost to Ci t y. If use of larger plants is approved , ball of earth or
spread of roots for each pla nt will be increased proportionately.
f . Plant material shall be true to botanical and common name and
variety.
5 . All deciduous trees shall meet the following standards :
a . Trees shall have a single, straight trunk , well formed , and
sturdy. No part of the trunk shall be conspicuously crooked as
compared with normal trees of the same variety. Root systems
shall be vigorous and fiberous, and not root or pot-bound.
b. Trees w ith multiple leaders shall conform to all standards noted
in this Item for single leader trees and shall be accepted only
as noted on the Plant List.
c. All pruning wounds shall show vigorous bark on all edges at
the time of harvest. Trees shall be free from all signs of pest
and disease damage. The trunk shall be free from sun scald ,
frost cracks , and wounds resulting from abrasions, fire , animal
damage , or other causes.
d . Pruning scars within the crown of any tree shall be clean cut
and shall leave no protrus ion beyond the branch collar.
e. All trees shall have healthy , vigorous leaves or needles of
normal size, color, shape , and texture for the particular species
and variety.
f . Deciduous shade trees and deciduous flowering trees shall
have fall color typical for their species and variety.
g . Unless otherwise indicated on the Plant List , the height and
spread of deciduous shade trees shall be the minimum
requirements .
h. Take caliper measurements for deciduous trees 6 inches above
ground level up to, and includ ing, 4 inches caliper size and 12
inches above ground for larger sizes .
1. No deciduous tree shall be pruned after the City's
Representative has tagged the plant in the nursery except as
directed by the City's Representative.
j. Unless otherwise noted on the Plant List, shade trees for use in
paved areas shall have no branches lower than 6.5 feet from
finish grade and no higher than 7.5 feet from finish grade .
Flowering trees for use in areas away from pedestrian traffic
Specia l Provisio ns For Street and Storm Drain Impro vements
PM O Release Da te: 07/28/20 10
Page SP-37 of 77
City of Fort Worth. Texas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
shall have the first branch of their crowns no higher than 4 feet
from finish grade .
k. Branching of all deciduous trees shall be best quality
representatives of the species, cultivar or variety with lateral
branching around the entire trunk to form a symmetrical tree for
80 percent to 100 percent of the tree's outer perimeter. All
branches on deciduous trees shall meet the trunk at angles no
less than 30 degrees and no greater than 90 degrees from the
vertical.
6 . Evergreen trees shall meet the following standards :
a. The height of the evergreen trees (measured from the trunk
flair at the natural ground line of the tree to the midpoint of the
terminal leader) shall be not less than the minimum size
designated on the Plant List.
b. No trees with double-leaders or twin-heads will be permitted.
c. Evergreen trees shall be of specified height with spread in
proportion to height, as designated in ASNS Standards, and
shall be well-branched to the ground.
d. All pruning wounds shall show vigorous bark on all edges at
the time of harvest.
e . Terminal and top whorl buds of all evergreen trees shall be in
healthy and whole condition at the time of harvest.
f. No evergreen tree shall be pruned after the City's
Representative has tagged the tree in the nursery except as
directed by the City's Representative .
g. All trees shall have healthy, vigorous leaves or needles of
normal size, color, shape, and texture for the particular species
and variety .
7. All shrubs shall meet the following standards:
a . All shrubs shall be healthy and vigorous plants which are very
well shaped, heavily branched, densely foliated, and true to
form for the variety.
b. Canes or Trunk(s) and Branches:
i. Well formed and sturdy.
ii. Branching shall be uniformly distributed close to the
ground.
iii. Scars shall be free of rot and not exceed 1/4 the
diameter of the wood beneath in greatest dimension
unless completely healed (except pruning scars).
iv . Pruning scars shall be clean cut and shall leave little or
no protrusion from the trunk or branch.
Special Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-38 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
v. Graft unions shall be completely healed.
vi. No suckers or water sprouts .
vii. Contain no dead wood.
viii. Free of cracks, splits , or cambium peeling.
c . No shrub with pest or mechanical damage will be accepted .
d . Shrubs shall show no signs of frost or winter damage to the
foliage. Foliage shall not be in a state of drought stress . Leaves
or needles shall show no signs of wilt or desiccation due to
weather stress at any season of the year
8. All ground cover plants and vines shall meet the following
standards :
a. Ground cover plants and vines shall be of size, pot size, age,
and condition listed in the Plant List. When indicated on the
Plant List , the number of runners and the lengths of the runners
of v ines shall be minimums.
b. Plants shall be healthy, free of insects, and diseases.
9. All perennials grasses shall meet the following standards:
a . Perennials shall be listed in the Plant List.
b . Perennials shall be healthy and well cared for, with no evidence
of insects or diseases present. Insect-ridden or diseased
plants shall be rejected . Plants shall have a deep green foliage
and dense, compact growth. Perennials shall have multi-
stemmed bases and shall be two year potted stock minimum,
one year in cutting bench and one year ih pots .
(c) ROOT SYSTEMS FOR ALL PLANTS
1. Each plant shall have an extensive, symmetrically balanced fibrous
root system. Any root ball which shows signs of asymmetry,
girdling, injury, or damage to the root system shall be rejected .
2. Curling or spiraling of the roots along the walls of rigid containers
will not be accepted . Curling , spiraling or girdling roots within balled
and burlapped material will not be accepted .
3. All parts of the fibrous root system of all plants shall be moist and
fresh with a white color when washed of soi l. When the plant is
removed from the container, the visible root mass shall be healthy
with white root tips . The root systems of all plants shall be free of
disease , insect pests, eggs, or larvae .
4 . All trees and all shrubs which are not grown in containers must be
moved with the root systems as solid units with balls of earth firmly
wrapped with untreated 8 ounce natural, biodegradable fabric
City of Fort W orth . Texas
Sp ecia l Provi sions For Street and Storm Drain Im pro vements
PMO Release Date: 07/28/20 10
Page SP-39 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
burlap, firmly laced with stout, natural biodegradable cord or twine.
The base of the tree trunks shall be wrapped with a protective
burlap layer, surrounded by a cardboard trunk protector, and
loosely tied with twine .
5. The diameter and depth of the balls of earth must encompass the
fibrous and root feeding system necessary for the healthy recovery
of the plant. Minimum root ball diameters and depths shall be in
accordance with ASNS standards.
6. No plants shall be loose in the container.
7. Container grown plants which have roots growing out of the
container will be rejected.
(d) MYCORRHIZAL FUNGAL INOCULANT
(e) MULCH
1. Mycorrhizal fungal inoculant shall be live spores packaged in
plastic packets. At a minimum each packet of inoculant shall
contain the following:
a . Live spores of VA Endomycorrhizal fungi: Vesicular-Arbuscular
mycorrihizae fungi , minimum of 8 species.
b. Live spores of Ectomycorrhizal fungi: including Pisolithus
tinctorius.
2 . Mycorrhizal fungal inoculant shall be manufactured by Plant Health
Care Incorporated , 440 William Pitt Way, Pittsburgh, PA 15238,
telephone : (800) 421-9051; Horticultural Alliance, 2946 Louise
Street, Sarasota, FL 34237, (800) 628-6373; BioPlex Organics,
2213 Huber Drive, Manheim, PA 17545 (800) 441-3573, or
approved equal.
1. Bark Mulch: Mulch shall be high quality, double-ground, premium
cedar bark mulch. It shall not be dyed red or black, but shall be a
natural brown color. Mulch shall have been aged for a minimum of
six months and not longer than two years . Bark mulch shall be
shredded to a uniform size; free of dirt, debris and foreign matter;
with pieces no thicker than 1 /4 in. Mulch must be free of stringy
material or chunks over 3 inches in size and shall not contain, in
the judgment of the City's Representative, an excess of fine
particles. Submit sample for the City's Representative's approval.
(f) WEED BARRIER
City of Fort W orth, T exas
1. Geotextile fabric for weed control shall be of woven, non-woven ,
spun-bonded, or needle-punched construction ; composed of
polyethylene, polypropylene, or polyester materials.
Specia l Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-40 of 77
(g) WATER
49.11 EXECUTION
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
2. Geotextile fabric shall have porosity of not greater than 5 percent
open .
3. Geotextile shall be Weed-X by Dalen Products, Knoxville , TN ;
DeWitt Pro 5 by the DeWitt Company, Sikeston , MO ; or approved
equal.
1. Contractor shall schedule planting operation to ensure that all
phases of the plant establishment period are wate red by the
automatic irrigation system installed under Section: IRRIGATION
of this Specification. If planting operation cannot be performed
after installation of the irrigation system , the Contractor shall
responsible to furn ish his own supply of water to the site at no
additional cost to the City. Contractor shall be responsible to
furnish adequate supplies at his own cost.
(a) PLANTING
City of Fort Worth , Texas
1. Furnishing and planting of plant material shall include, but shall not
be limited to , the digging of planting pits and plant beds ,
amendment of loam as required to produce planting soil mix,
provision of soil add itives requ i red to adjust for pH requirements of
specific plants , furnishing the plants as specified as well as the
labor of planting , fertilizing , and maintenance.
2 . Prior to spreading of loam, subgrades shall have been tested to
determine if they are too compact to drain water as specified ,
performed and paid for under PAY ITEM No . 13 . BID 00147 -
Planting Soils .
3. The Contractor shall locate plant material sources and ensure that
plants are shipped in timely fashion for installation .
4. Contractor shall locate all existing underground utilities that are
within 10 feet of the proposed planting pits and notify the City's
Representative of any conflicts prio r to digging plant pits.
5. Seasons for Planting:
a. Spring: March 15 through June 1
b. Fall: September 1 through November 1
6 . Plant Material Inspection :
a. At least one month prior to the expected planting date, the
Contractor shall request that the City 's Representative provide
a representative to select and tag stock to be planted under
PAY ITEM No. 13. BID 00147 -Planting Soils. The Contractor
shall pay fo r the transportation, subsistence and overnight
accommodations, if necessary, for the City's Representative
Specia l Provi sions For Stree t and Storm Dra in Improvements
PM O Release Date: 07/28/20 10
Page S P-41 of 77
C ity of Fort Worth , Texas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
during the period of time required to select and tag the plant
material.
b. The Contractor shall be responsible to certify the availability of
quality plants in specified sizes from his/her sources of supply
prior to requesting that the City's Representative make plant
source inspections . In the event that plants at the inspection
location are found to be unavailable , insufficient size, or of
unacceptable quality, the Contractor shall be liable to
reimburse the City for all costs of the City 's Representative's
hourly services which are incurred during unproductive
inspection trips .
c. Unless specifically designated otherwise , a representative of
the Contractor shall accompany the C ity 's Representative on all
plant material selection field t r ips .
d. All trees for the Project shall be individua lly tagged for approval
with the City's Representative's seals , and no trees shall be
accepted for delivery to the site without such seals .
Representative samples only of shrubs and ground cover
plants may be tagged or m a rk ed for approval as an "Approved
Typical Sample" and shipped to the site. Any shrub or
groundcover plant that arrives at the construction site that does
not meet the Approved Typica l Sample will be rejected by the
City 's Representative.
e . Plants to be inspected shall be in locations and conditions that
allow direct and un-obscured inspection by the City 's
Representative . Container grown or balled and burlapped
shrubs sha ll be pulled from holding blocks by the nurseryman
fo r scrutiny by the City 's Representative at no additional cost to
the City. Harvested trees held in storage shall not have
branches tied up . Harvested trees shall not have trunks
obscured by burlap, cardboard trunk protection, or other
devices that would otherwise obscure inspection. In the event
tha t branches are tied up , trunks are obscured by burlap or
cardboard trunk protection , or root flares hidden by burlap and
twine and the City 's Represe ntative cannot i nspect root flares ,
trunks or branching habit, the Contractor shall bear all
responsibility and costs associated with tree rejection at a later
date during the course of the Contract.
f. Inspection and approval of plants at the source shall not impair
the right of subsequent inspection and rejection upon delivery
to the site, or during the progress of the Work, if the City's
Representative finds that plants do not meet the requirements
of the Plant List or this Contract, have declined noticeably due
to handling abuse , lack of maintenance, or other causes. Cost
of replacements, as required, shall be borne by the Contractor.
Specia l Pro vi sions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-42 of 77
City of Fort Worth , T exas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
7 . Placement of planting soil shall be specified , performed, and paid
for under the Work of PAY ITEM No . 13 -BID 00147 -Planting
Soils. Obtain City 's Representatives written approval of Work of
rough grading and finish grading prior to starting the Work of
planting.
8 . Planting:
a. Notify the City 's Representative three Working days prior to the
proposed arrival of plant material on the site . If not planted
within 24 hours of delivery to the site , all plants shall be
maintained in an on-site nursery. Container grown shrubs
stored on site shall be shaded from direct sunlight at all times
and shall not be stored directly on paved surfaces . All plants
delivered to the site and not planted within 24 hours of delivery
shall have their root balls covered with mulch and shall be
watered on a daily basis such that root balls are kept moist
throughout.
b . Locations for all plants and outlines for planting areas shall be
staked on the ground by the Contractor for approval by the
City 's Representative before any plant pits or plant beds are
dug. Notify the City's Representative no less than 3 days prior
to the desired date of inspection of staking to schedule site
visit.
c. All plant pits dug with a machine shall have the sides of the
holes scraped with hand shovels to prevent glazing or
compaction of the sides of the hole. Remove and stockpile
excavated loam for reuse as backfill for plant pit. All subsoil
excavated from the bottoms of planting pits shall be removed
from the site.
d. All plant pits shall be hand dug . All subsoil excavated from the
bottoms of planting pits shall be removed from the site.
e. Plant pits shall be dug to the dimensions shown on the
Contract Documents .
i. Plant pits for trees shall be a minimum three times greater
in diameter than the diameter of the root ball. Place root
ball directly on subgrade . Slope sides of tree pits at a 45
degree angle.
ii. Plant beds for shrub massing shall be one large and
continuous excavated bed. Extend bed no less than 3 feet
beyond limits of shrub root balls on perimeter of bed.
iii. Plant pits for trees and shrubs shall be dug to the depth of
the rootball to be planted.
Special Provi sio ns For Street and Storm Drain Imp rovements
PMO Rel ease Date: 07/28/20 10
Page SP-4 3 of 77
City of Fort Worth, Texas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
iv . Remove all soil from around the root flare of the stem of the
plant and from the top of the rootball to determine the true
depth of the rootball. All plants that have been planted and
have root flares that are buried will be rejected.
f. Groundcover, and Perennial Beds:
i. Groundcover, and perennial beds shall be dug to a
continuous depth of 1 foot below final grade , or as shown
on the Contract Documents and replaced with sufficient
planting soil mix . Remove groundcover and perennials
from their pots immediately before planting. Handle plants
carefully to preve nt damaging roots . Place each plant in
individual hole and firm the planting mix around the roots .
Water thoroughly and mu lch. Groundcover plants may be
planted after the plan t ing mulch is p laced.
g. All plant roots and earth balls must be damp and thoroughly
protected from sun and wind from the beg inning of the digging
operation , during transportation , and at the site until the final
planting .
h. Remove container plants from containers prior to planting .
i. T rees and shrubs shall be placed in the center of plant pits,
plumb, with the crown of their roots exposed and located above
the surrounding finish grade .
j. Prior to completion of planting installations , remove rope and
cut wire baskets from the top 1 /3 of the root balls. Pull burlap
away from the trunk or stem of the plant and cut burlap from
the top 1/3 of the root balls .
k . Contractor shall 'butterfly' the root system for all container
grown perennials immediately prior to planting them. Butter-
flying shall consist of vertically cu tting the containerized root
ball with a spade through the bottom half of the rootball
followed by gently pulling the rootball open at the cut while
placing it into the planting hole. The butter-flied root system
shall be placed over a small ridge of soil in the planti ng pit in
order to assure as much soil to root ball contact as possible
and to keep the halves apart.
I. Planting soil shall be backfilled with approved planting soil to
the full depth of the planting pit or bed. Eliminate air pockets
and compact the soil by flooding the tree pit or plant bed within
2 hours of planting installation . After water has drained from the
planting pit or bed and planting backfill has dried enough
additional planting soil shall be spread in pit or bed to bring the
finished surface of the planting pit or bed to grades shown on
Sp ecial Provisions Fo r Street and Storm Drain Imp ro vements
PMO Re lease Date: 07/28/2010
Page SP-44 of 77
City of Fo rt Worth, T exas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
the Contract Documents . A saucer shall be formed around
each plant at a depth of 3 inches for trees and for shrubs .
m. Fertilizer shall be spread over the plant saucer or plant bed
between the saucer and the edge of the rootball and t ill the
fertilizer into the so il to a depth of four inches prior to the
placement of the planting mulch. Fertilizer shall be provided ,
spread and paid for under Item. Do not mulch until placement
of the fertilizer has been verified by the City 's Representative .
Fertilizer application rates shall be as determined by soil
testing , analysis , and testing laboratory recommendations
specified, performed and paid for under PAY ITEM NO . 13 -
BID 00147 -Planting Soils.
n . All plants shall be inoculated with mycorrhizal fung i. lnoculant
shall be added after the plants have been placed in their holes.
Open the required number of packets for each plant and
thoroughly m ix the inoculant powder into the upper 10 inches of
backfill so il.
i. Mycorrhizal fungal inoculant shall be added to the plant pits
acco rd ing to plant size .
ii. The application rates for mycorrhizal fungal packets shall
be in accordance with the Manufacturer's
recommendations .
ii i. Submit the purchas ing receipt showing the total quantity
purchased for the Project prior to installation. Submit
empty packets of fungal spore inoculant to the City's
Representative for verification of use. City's
Representative w i ll excavate tree pits to determine
presence of mycorrhizal fungal inoculant.
9 . All plants shall be watered immediately following planting as
necessary to thoroughly moisten rootball and plant pit loam and
thereafter shall be inspected frequently for watering needs and
watered , as required, to provide adequate moisture in the planting
pit. The Contractor shall inspect tree pits 24 hours after initial
watering to confirm that they are draining properly. If surface water
or excessively saturated plant pit soils exist, the Contractor shall
immediately notify the City's Representative. The City 's
Representative will recommend remedial measures based upon
site conditions .
10. Keeping Trees Plumb:
a. Contractor shall keep trees plumb and upright at all t imes. To
this end the Contractor shall monitor plants on a regular basis
and , if a tree is moved out of plumb , then straighten the tree to
a vertical, upright condition.
Special Pro vi sions For Street and Stor m Drain Improvements
PMO Release Date: 07/28/20 10
Page SP-45 of 77
City of Fort Wort h, Texas
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
b. Reset trees that have moved out of plumb by carefully
excavating the soil from the base of the rootball facing away
from the direction of tilt and easing the tree upright into a
vertical , plump position . Upon righting the tree , firmly press the
soil around the base of the rootball to reset the tree .
11 . Tree Stabilization
a. Root-Ball Stabilization: Install at-or below-grade stabil ization
system to secure each new planting by the root ball unless
otherwise indicated .
b . Wood Hold-Down Method : Place vertical stakes against s ide of
root ball and drive them into subsoil ; place horizontal wood
hold-down stake across top of root ball and screw at each end
to one of the vertical stakes .
i. Install stakes of length required to pene t rate at least to the
dimension shown on Construction Documents .
12 . Mulch material shall be placed over entire saucer areas of
individual trees and shrubs and over the entire area of planting
beds to a depth of 3 inches after settlement , not later than one
week after planting . Do not apply mulch prior to the first watering
of plant materials. Do not apply mulch prior to placement of
surface applied fertilizer and verification of placement by the City 's
Representative .
13 . Pruning:
a . As directed by the City 's Representative , each plant shall be
pruned i n accordance with the Workmanship requirements of
"Pruning Standards" for Class I, fine pruning , to preserve the
natural character of the plant.
b. Tree pruning, as required , shall be undertaken to the full height
of affected trees .
c . All dead wood or suckers and al l broken o r badly bruised
branches shall be removed . Never cut a leader.
14. Antidesiccant shall be applied to all evergreen and broadleaf
evergreen plants in that are planted during the fall season if
planted after Nov. 1 acco rd i ng to Manufacturer's application
recommendations and as directed by the City's Representative .
15. Spraying of insecticides or herbicides shall be done by State-
licensed professionals . Spraying for insects , pests and diseases
shall conform to the National A rborist Association Standards under
the section entitled "Standards for Pesticide Application
Operations", as currently adopted and as approved by the City's
Representative. All insecticides , pesticides , and herbicides shall
be EPA-approved .
Specia l P rovisio ns For Street and Storm Drai n Imp rovements
PM O Release Date: 07/28/2010
Page SP-46 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
16. If planting is done after lawn preparation or installation, proper
protection of lawn areas shall be provided. Any damage resulting
from planting operations shall be repaired immediately at no cost to
the City.
17 . In the event that rock or underground construction Work or
obstructions are encountered in any plant pit or bed excavation
Work, alternate locations will be selected by the City's
Representative . Relocation of plant pits or beds shall be provided
at no additional cost to the City . Provide the City 's Representative
with no less than 48 hours notice of obstruction so that a site visit
can be scheduled to establish new locations for plants.
18 . Absolutely no debris may be left on the site . Repair any damage to
site as directed by the City 's Representative, at no additional cost.
{b) MAINTENANCE
City of Fort W orth , Texas
1. Maintenance shall begin immediately after each plant is planted
and shall continue and until Final Acceptance .
2. Maintenance shall consist of keeping the plants in a healthy
growing cond ition and shall include, but is not limited to watering,
weeding, cultivating, pruning, re-mulching, straightening of trees to
a plumb position , removal of dead material , resetting plants to
proper grades or upright position , and maintaining the planting
saucer.
3. Plants shall be inspected for watering needs at least twice each
week and watered to promote plant growth and vitality . The
following watering rates assume that the soil is free draining . If the
on-site conditions do not ensure a free draining soil, then notify the
City 's Representative in writing of this condition. Watering rates for
trees, shrubs, ground cover, vines and perennials in free draining
soils are presented here as guidelines to ensure that the top six
inches of plant bed soil remains moist at all times. Actual watering
rates may vary depending upon soil conditions.
a . For trees in lawn or mulched beds, apply water to the ground
surface directly under the canopy. Water shall be applied at a
sufficiently slow rate to prevent run off from the soil surface, but
great enough to equal 0.2 inches of water per square foot of
canopy area per hour for 5 hours per week .
b. Planting beds and individual plant pits shall be kept free of
weeds , and mulch shall be replaced as required to maintain the
specified layer of mulch. Beds and individual pits shall be neat
in appearance and maintained to the designed layout.
c . Plants that die during the maintenance period shall be removed
and replaced by the Contractor within one week of notification
Special Provisions For Street and Storm Drain Improvements
PMO Relea se Date: 07/28/20 10
Page SP-47 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
and replaced during that growing season , unless directed
otherwise by the City's Representative .
d . Work of pruning , fertilizing , spraying , and similar activities shall
be undertaken only by Cert ified Arborists and licensed
chemical applicators , as pertinent to the Work being performed .
4 . During the maintenance period , any decline i n the condition of
plantings shall require the Contractor to take immed iate action to
identify potential problems and undertake corrective measures . If
required , the Contractor shall engage professional arborists and/or
horticulturalists to inspect plant materials and to identify problems
and recommend corrective procedures . The City 's Representative
shall be immediately advised of such actions .-Inspection and
recommendation reports shall be submitted to the City's
Representative.
(c) ACCEPTANCE
1. Upon completion of all planting Wo rk, the Contractor shall request
in writing that the City 's Representative formally inspect the
plant ing Work .
2. If plant materials and Workmanship are acceptable , the City's
Representative will issue a written Certificate of Conditional
Acceptance to the Contractor.
3. Following the issuance of the Certificate of Conditional Acceptance
to the Contractor, the Contractor shall maintain the plants for a
minimum 60 day Monitoring Period . At the end of the Monitoring
Period , the plant material will be inspected by the City's
Representative to determine whether or not all planting Work has
been performed to the requirements of this Section: PLANTING.
4. Acceptance Standards at end of the Monitoring Period : If plant
material is reviewed when it is in full leaf, leaves shall be plump
with water with a shape indicative of the species and shall be free
of insect, pest and disease damage . Twigs shall have living
cambium for their full length . Twigs and branches shall have a full
bud set for their full length, including terminal buds. Trunks and
branches shall be free of frost cracks ; sun scald; damage due to
insects , pests, and disease ; structural defects ; and damage
resulting from machinery or tools. Plant material inspected and
reviewed when the plants are not in full leaf shall have twigs,
branches and trunks meeting t he above requirements. All plants
regardless of the season of review shall have a minimum of 75
percent healthy, balanced branching structure with a healthy
terminal leader(s) with viable terminal bud(s).
5. If any number of plants do not meet these Acceptance Standards
at the time of inspection, or if in the City's Representative's opinion
Workmanship is unacceptable, written notice will be given by the
City of Fort Worth. T exas
Specia l Provisions For Street and Storm Drain Imp rove ments
PMO Release Date : 07/28/2010
Page S P-48 of 77
49.12 GUARANTEE
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
City's Representative to the Contractor in the form of a punch list,
which Itemizes necessary planting replacements and/or other
deficiencies to be remedied. The Contractor's responsibility for
maintenance of all plants shall be extended until replacements are
made or other deficiencies are corrected. All plants that do not
meet these Acceptance Standards shall be removed from the
Project within seven days of receipt of the punch list.
Replacements shall conform in all respects to the Specifications for
new plants and shall be planted in the same manner.
6 . Following the correction of all Punch List deficiencies , the
Contractor shall request in writing that the City's Representative
formally inspect the planting Work. If plant materials and
Workmanship are acceptable, the City's Representative will issue a
written Certificate of Final Acceptance to the Contractor.
(a) The date of the Certificate of Final Acceptance shall establish the beginning of
the maintenance period and the commencement of the required one-year
guarantee and establishment period for planting Work.
(b) At the end of the guarantee and establishment period, a final inspection will be
held to determine whether any plant material replacements are required. Each
plant shall be plumb, shall have a character that is natural for its species as
determined by the City's Representative, and shall conform to the Acceptance
Standards described in this Item. Plants found to be unacceptable shall be
removed promptly from the site and replaced . A final inspection will be made
after the replacement plants have lived through one year.
(c) All replacements shall be plants of the same kind and size specified in the
PLANT LIST. The cost shall be borne by the Contractor, except for possible
replacements due to vandalism or neglect on the part of others.
49.13 Measurement: The measurement for this Item shall include all labor, materials and
equipment necessary to install landscape improvements .
49.14 Payment: Payment for this Item shall be lump sum .
50. PAY ITEM No. 15-BID-00800 -IRRIGATION SYSTEM -INSTALL
50.1 WORK
(a) The Work of this Item includes all labor, materials, and equipment necessary to
provide an irrigation system complete with all components and installation.
(b) See PAY ITEM No. 13 -BID 00801 -Landscaping for Work related to this BID
ITEM.
City of Fort Worth, Texas
Special Provisions For Street and Storm Drai n Improvements
PMO Release Date: 07/28/2010
Page SP-49 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
50 .2 REFERENCES
(a) ASTM 01785 (ANSI B72 .7): Standard Specification for Poly (Viny l Chloride)
(PVC) Plastic Pipe , Schedules 40 , 80 , and 120.
(b) ASTM 02241 (ANS I B72 .2): Standard Specification for Poly (Vinyl Chloride)
(PVC) Plastic Pipe (SOR-PR).
(c) ASTM 02466 : Standard Specification for Poly (Vinyl Chloride (PVC) Plastic Pipe
Fittings , Schedule 40 .
(d) ASTM 02564 (ANSI B72.16): Standard Specification for Solvent Cements for
Poly (Vinyl Chloride) (PVC) Pipe and Fittings .
(e) ASTM 02855 (ANSI K65.55): Standard Recommended Practice for Making
Solvent-Cemented Joints with Poly (Vinyl Chloride) (PVC) Pipe and Fittings.
(f) EQUAL MA TE RIALS
1. It is not the intent of these Specifications to limit materials to the
product of any particular Manufacturer. Where definit e materials ,
equipment and/or fixtures have been specified , it has been done to
set a definite standard and a reference for comparison as to
quality , application , phys ical conformity, and other characteristics.
It is not the intention of the Contractor to discriminate aga inst or
prevent any dealer, jobber or Manufacturer from furnishing
materials , equipment, and/or fixtures , which meet or exceed the
characteristics of the specified Items. Substitution of materials
shall not be made w ithout prior written approval from the City's
Representative and the Contractor.
2. Design criteria and water pressure must be carefully considered
when selecting equipment. Only equipment that perfo r ms as
specified will be considered.
(g) LOCATION OF AND DAMAGE TO EXISTING UTILITIES
Ci ty of Fort Worth , T exas
1. The Contractor is responsible for locating underground obstacles .
Exercise caution to prevent damage to existi ng facilities during the
progress of the Work, taking care to locate same , where possible ,
in advance of the actual Work. The City 's Representative will
render all assistance possible to the Contractor in determining the
location of existing utilities by making available such maps, records
and other information as may be access ible to him , when
requested to do so , but the accuracy of such information will not be
guaranteed. The Contractor shall be responsible for repairs
resulting from damage to existing utilities resulting from his
operations. Should the Contractor, in the layout of Work,
encounter any pipe, underground utility, or structure, the location of
which has not been furnished to him by the City , he shall bring
such conditions to the attention of the City's Representative for his
determination of the method to be used to remove or bypass such
obstructions .
Specia l Provisio n s For Street an d Storm Dra in Improvements
PMO Release Date: 07/28/2010
Page SP-50 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(h) WORKMANSHIP
1. Install equipment in accordance with the recommendations of the
Manufacturer and the best standard practice for this type of Work.
Care must be taken to keep the inside of the pipes clean and free
of dirt, rock, cutting , etc. Flush all systems clean prior to installing
sprinkler heads.
(i) CODES AND PERMITS
1. Install all Work according to applicable codes and ordinances of
the City and the National Electrical Code . Obtain and pay for all
required permits.
U) WEATHER PROTECTION
1. Protect and maintain all Work, materials and fixtures from weather
damage . All new Work likely to be damaged shall be covered or
otherwise protected.
(k) PROTECTION AND SAFETY
1. Send proper notices, make all necessary arrangements and
perform other services required for the care, protection and
maintenance of public utilities , and services , including fire plugs ,
telephone and telegraph poles and wires , and all other Items of this
nature on or about the site , assuming all responsibility and paying
all costs for wh ich the City may be liable .
2. Construct and maintain necessary temporary drainage and provide
pumping , as required , to keep excavations free of water.
3. Provide all shoring, bracing and sheeting as required by OSHA
Regulations and for the proper execution of the Work. All shoring ,
bracing and sheeting shall be removed from the site when the
Work is completed.
4 . Fires are not permitted .
5. All Work shall be performed in accordance with the national
"Occupational Safety and Health Standards" (OSHA).
(I) SUBMITTALS
1. Using hard cover 3 ring notebooks , provide not less than three (3)
copies of complete brochures describing equipment and materials ,
including names of Manufacturer's catalog numbers , trade names ,
instructions for setting , connecting and operation, technical data
and any special information requested . Unless resubmission is
required, two will be retained and one returned after being
reviewed . If resubmission is required , one corrected copy and one
orig inal copy will be returned after being reviewed. If resubmission
is required , one corrected copy and one original copy will be
returned and one will be retained . One approved copy shall be in
the Contractor's file at the Project site .
(m) RECORD PRINTS
City of Fort Worth , Texas
Special Provisions For Stree t an d Storm Drain Improvements
PM O Re lease Date: 07/28/20 10
Page SP-5 1 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
1. Provide and keep a complete up-to-date a Record Set of document
Contract Documents which shall be corrected daily and show every
change from the original Contract Documents and Specifications
and the exact locations, sizes and kinds of equipment. Prints for
this purpose may be obtained from the City's Representative at
cost. This set of Contract Documents shall be kept on the site and
shall be used only as a record set.
2. These Contract Documents shall also serve as Work progress
sheets and shall be the basis for measurement and payment for
Work completed. Make neat and legible annotations thereon daily
as the Work proceeds, showing the Work as actually installed.
These Contract Documents shall be available at all times for
inspection and shall be kept in a location designated by the City's
Representative .
3. Before the date of the final inspection, transfer all information from
the record prints to electronic media (AUTO GADD).
4. Dimension from two (2) permanent points of reference, building
corners, sidewalks , or road intersections , etc., show the location of
the following Items :
a. Connection to existing water lines.
b. Connection to existing electrical power.
c. Gate valves .
d. Routing of irrigation pressure lines (dimension maximum 100'
along routing).
e. Remote control valves .
f. Routing of control tubing .
g . Quick coupling valves .
h. Manual drain valves.
i. Routing of irrigation lateral lines (with a change of two (2) feet
each way).
j. Other related equipment as directed by the City's
Representative .
5. Prior to the date of the final inspection, the Contractor shall deliver
the corrected and completed Contract Documents and disk to the
City 's Representative for approval. Delivery of the Contract
Documents and disk will not relieve the responsibility of furnishing
required information that may be omitted from the prints.
(n) CHANGES IN THE WORK
1. Minor changes, such as head locations and controller locations ,
which do not involve extra cost and are consistent with the purpose
of the Work, may be ordered by the City 's Representative and no
claim for an addition to the contract sum or time schedule will be
considered.
(o) GUARANTEE
City of Fort Worth , T exas
Special Provi sions For Stree t and Storm Dra in Improvements
PMO Release Date: 07/28/2010
Page SP-52 of 77
50.3 MATERIALS
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
1. Guarantee the satisfactory ope ration of the entire system. The
entire system shall be guarant eed to be complete and Work
properly for a period of one year from date of final acceptance .
Repair any defects or replace any defective parts found or
occurring within that year, free of expense to the City.
2 . Include a copy of the guarantee fo rm in the Operation and
Maintenance Manual.
(a) GENERAL
1. All materials and accessories shall be of new and unused material.
Any section of pipe found to be defective before or after installation
shall be replaced with new pipe . All new irrigation equipment shall
be essentially the standard product of the Manufacturer. All new
equipment furnished shall have in-service performance records
sufficient to verify published capabilities .
50.4 PIPE AND FITTINGS
(a) PVC Pressure Ma in Line and Fittings:
City of Fo rt Worth , Texas
1. Pressure main line piping shall be SOR 21 (200 PSI) PVC. Main
line piping less than three (3) inches in diameter shall have solvent
welded joi nts . Main line piping greater than three (3) inches in
diameter shall be JM Ring -Tite gasketed bell joint pipe , or
approved equal.
2. Pipe shall be made from NSF approved Type I, Grade I PVC
compound conforming to ASTM resin specification 01785. All
pipes must meet the requirements of Federal Specification S-21-
70.
3. PVC solvent-weld fittings shall be Schedule 40 , 1-2; 11-1 NSF
approved conforming the ASTM test procedure 02466.
4 . Solvent cement and primer for PVC solvent-weld pipe and fittings
shall be of type and installation methods prescribed by the
Manufacturer.
5. All PVC pipe must bear the following markings :
1. Manufacturer's name .
a. Nominal pipe size .
b. Schedule or class .
c. Pressure rating in PS I.
d. NSF (National Sanitation Foundation) approval.
e. Date of extrus ion .
Specia l Provisio ns Fo r Street and Sto rm Drain Improvements
P MO Re lease Date: 07/28/20 10
Page SP-53 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
50 .6 IRRIGATION CONTRACTOR'S RESPONSIBILITY
(a) Prior to submittal of the bid, the Contractor shall acquaint himself with all matters
and conditions concerning the site and existing conditions.
1. Coordinate Work with the other trades so that all phases of the
Work may be properly coordinated without delays or damage to
any parts of the Work.
2. The Contractor shall be responsible for all sleeves and chases
under paving, through walls, etc., unless otherwise noted on
Contract Documents.
(b) SITE CONDITIONS
1. Before ordering materials or beginning Work, verify dimensions of
existing and new Work . Any differences found shall be submitted
to the City's Representative for consideration before proceeding
with Work. No extra compensation will be allowed because of
differences between actual dimensions and measurements
indicated on the Contract Documents. Contract Documents are
diagrammatic and approximate .
(c) WATER SUPPLY
1. Make connections to the existing water line at the location shown
on the Contract Documents.
(d) PIPE AND FITTINGS
City of Fort Worth , T exas
1. PVC pipe, couplings and fittings shall be handled and installed in
accordance with the Manufacturer's recommendations. Each pipe
length shall be properly spaced in jointing to allow for expansion
and contraction. Piping will be snaked in trench as shown in the
trenching details . If necessary, stakes are to be used to make pipe
snake in trench. All stakes are to be removed, as the trench is
backfilled.
2. All laterals shall be installed with 12" minimum coverage over pipes
at finish grade and all main lines with at least 18" minimum
coverage. All lines shall have a minimum clearance of 6" from each
other and from lines of other trades . Parallel lines shall not be
installed directly over one another.
3. Install concrete thrust blocks as indicated on the details in the
Contract Documents . Blocking shall be a minimum of 1.5 C.F.
each . Set concrete blocking against undisturbed earth.
4 . The interior of the pipe shall be thoroughly cleaned of all foreign
matter before being lowered into the trench, and shall be kept
clean during laying operations by means of lugs or other approved
methods . The pipe shall not be laid in water, or when trench or
weather conditions are unsuitable for the Work. Water shall be kept
out of the trench until the joints are completed . When Work is not in
progress, open ends of pipe and fittings shall be securely closed so
that no trench water, earth or other substance will enter the pipes
Special Provisions For Street and Storm Drai n Improvements
PMO Release Date: 07/28/201 0
Page SP-56 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
or fittings . Any pipe that has the grade or joint disturbed after being
installed shall be taken up and relayed. Fittings at bends in the
pipe , and at the end of lines shall be firmly wedged against the
vertical face of the trench by means of concrete thrust blocks.
5. Joints in all screwed fittings shall be made by applying Teflon tape
on male threads . Use of pipe joint compound or similar substance
is prohibited.
6. After installation, the lines will be flushed until they are free of
rocks , dirt, debris, etc ., before the heads are installed.
7. Pipes and/or sleeves placed underground and not immediately
connected to other pipes shall be capped or plugged to prevent
water and dirt from entering the pipe. Sleeves for wires shall be
capped or sealed with mastic tape after wires have been installed.
(e) AUTOMATIC CONTROLLER
1. Controller shall be installed as per the Manufacture's
Specifications.
2. All electrical wiring and connections shall be installed according to
the local City and National Electrical Code.
(f) LOW-VOLUME CONTROL ZONE KIT
1. Low-Volume control zone kit shall be installed as per the
Manufacture's Specifications.
(g) QUICK COUPLING VALVES
1. Quick coupling valves shall be installed in a vertical position as
shown in the details and at locations shown on the Contract
Documents.
(h) REMOTE CONTROL WIRE
1. Connections between the automatic controllers and the remote
control valves shall be made with direct burial copper wire AWG-
U. F. 600 volt. Pilot wires shall be different color wire for _ each
automatic controller. Common wires shall be white with a different
color stripe for each controller. Install in accordance with valve
Manufacturer's Specifications and wire chart. In no case shall wire
size be less than AWG #14 U.F.
2. All wire shall be installed according to local electrical codes and
must be insulated with PVC and bear UL approved (Type UF) for
direct underground burial.
(i) CONTROL WIRE SPLICES
City of Fort W orth. Texas
1. Control wire splices shall be made with 3M-OBY wire connectors
and sealant, or an approved equal. Connectors shall be of the
proper size to match the wire.
Specia l Provisio ns For Stre et an d Storm Dra in Improve ments
PMO Release Date: 07/28/2010
Page SP-57 of 77
SPECIAL PROVISIONS FOR
STREET ANO STORM DRAIN IMPROVEMENTS
2. No control wire splices will be permitted between remote control
valve boxes and controllers.
U) VAL VE BOXES
1. Valve boxes shall be installed in an accessible place as shown on
Contract Documents . All valve box covers, valve boxes, etc. shall
be placed so the edges are parallel or perpendicular to adjacent
hard edges. Top of all boxes shall be 1" above finished grade . Top
surface of boxes shall be installed so that a smooth surface is
created in relation to existing grade . Use non tamper proof screws
to attach lid to box.
(k) TRENCH EXCAVATION AND BACKFILL
City of Fort Worth , Texas
1. The Contractor shall perform all excavation to the depth indicated
in these Specifications and Contract Documents . All excavated
material not required for fill or backfill shall be removed from the
site. The banks of trenches shall be kept as nearly vertical as
practicable . Trenches shall be wide enough to permit proper
placing of pipe . Where rock excavation is required, or where
stones are encountered in the bottom of the trench, the rock or
stones shall be removed to a depth of four (4) inches minimum
below the trench depth indicated. The over-depth rock excavation
and all excess trench excavation shall be backfilled with loose,
moist earth or sand, thoroughly compacted . Whenever soil, which
is wet or otherwise incapable of supporting the pipe is encountered
in the trench bottom, such soil shall be removed to a depth and
length required and the trench backfilled to trench bottom grade as
hereinafter specified, with coarse sand , fine gravel or other suitable
material.
2. Bottom of trench grade shall be continued past ground surface
deviations to avoid air pockets and low collection points in line. The
minimum cover Specifications shall govern regardless of variations
in ground surface profile and occasional deeper excavation
required at banks and other field conditions. Excavation shall be
such that a uniform trench grade variation will occur in all cases
where variations are necessary. In no case shall the angle of
deflection from one pipe length to another exceed 5 degrees.
3 . Trench excavation shall consist of the satisfactory removal and
disposition of all materials, and shall include all shoring and
sheeting required by state and local regulations to protect the
excavation and to safeguard employees.
4 . During excavation , materials suitable for backfilling shall be
stockpiled in an orderly manner a sufficient distance back from
edge of trenches to avoid overloading and prevent slides or cave-
ins. No excavated materials shall be placed within or permitted to
fall upon roadways.
Sp ecial Provi sions For Street and Storm Drain Improvements
PMO Release Date: 07/28/201 0
Page SP-58 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
5. The trenches shall be carefully backfilled with the excavated
materials approved for backfilling, consisting or earth, loam, sandy
clay, sand, or other approved materials, free from large clods of
earth or stone. Rock, broken concrete or pavements and large
boulders shall not be used as backfill material. The backfill shall
be thoroughly compacted and evened off with the adjacent soil
level. Any materials not suitable for backfill shall be removed from
the site and disposed of.
6. Select fill dirt or sand shall be used if soil conditions are rocky. In
rocky areas the trenching depth shall be four inches below normal
trench depths to allow for this bedding. The fill or dirt or sand shall
be used in filling four inches above the pipe or wires . The
remainder of the backfill shall contain no lumps or rocks larger than
one inch. The top six inches of backfill shall be free of rocks,
subsoil or trash .
7. Backfill shall be placed in layers; the thickness of the layers shall
depend on the nature of the material and the method of
compaction used. Compaction shall be accomplished in such a
manner as to assure that there will be no future subsidence.
8. Any trenches improperly backfilled, or where settlement occurs,
shall be reopened to the depth required for compaction, then filled
and compacted with the surface restored to the required grade and
left in a completed surface condition as described above.
9. All excavation and backfill shall be unclassified and covered in the
base bid. No additional charges will be allowed for rock
encountered.
(I) LEAK TEST
1. When the main line or sections of the main line, laterals, swing
joints and valves have been installed, the system (or section) will
be thoroughly flushed . The system (or section) will then be
pressurized for 8 hours at the operating pressure.
2. All joints and connections shall be pressure tested and checked for
leaks prior to backfilling.
3 . All lateral lines, from the control valve to the spray head, shall be
tested, for an operating period of 8 hours by capping the pipe at
the sprinkler head and pressurizing the pipe.
4 . Any leakage found will be repaired and retested for another 8-hour
period prior to backfilling.
(m) CLEANING AND FLUSHING SYSTEM
City of Fort Worth , T exas
1. After pipe, fittings, and valves have been installed and connections
made to the water source, flush pipes several times until free of all
rocks, dirt, trash, pipe shavings or debris before installing heads.
After the pipe has been thoroughly flushed, start installing the
Special Provi sions Fo r Street and Storm Drain Improvements
PM O Release Date: 07/28/2010
Page SP-59 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
heads with the water running , beginning with the one nearest the
valve and Working toward the ends of the laterals forcing the water
and any debris left in the pipe out the last head connection. After
the heads have been insta ll ed the system is to be operated several
times before final inspection . The heads shall also be cleaned or
replaced if necessary before final inspection .
(n) PLANT MATERIALS
1. Where it is necessary to excavate adjacent to plant materials , the
Contractor shall use all possib le care to avoid injury to plants and
plant roots. Excavation in areas where two (2) inch and larger roots
occur shall be done by hand . All roots two (2) inches and larger in
diameter, except directly in the path of p i pe or conduit , shall be
tunneled under and shall be heavily wrapped with burlap to prevent.
scarring or excessive drying. Where a trencher is run close to
plants having roots smaller than two (2) inches in diameter, the
wall of the trench adjacent to the tree shall be hand trimmed ,
making clean cuts through. Roots one (1) inch and larger in
diameter shall be painted w ith two coats of Tree Seal , or equal.
Trenches adjacent to plant should be closed within twenty-four (24)
hours ; and where this is not possible , the side of the trench
ad j acent to the plant shall be kept shaded with burlap or canvas .
No trench i ng shall occur within 8' of existing t rees if heads occur
closer than 8' to an ex isting tree , t he lateral trench shall be cut
radial to the trunk .
(o) TEMPORARY REPAIRS
1. The City reserves the right to make temporary repairs as
necessary to keep the irrigation system equipment in operating
condition. The exercise of this right by the City shall not relieve the
Contractor of his responsibilities under the terms of the guarantee
as herein specified .
(p) CLEANUP
1. Make final cleanup of all parts of the Work before final acceptance .
This cleanup shall include removal of all construct ion materials and
equ ipment, and in general leaving the site in an orderly and
finished appearance . The Contractor shall also remove from the
site any rock or extra soil resulting from this contract and he shall
restore the site to its original condition or better.
(q) FINAL INSPECTION
1. Qualified person duly authorized in writing to represent the
Irrigation Contractor shall be present at the final inspection to
demonstrate the systems and prove the performance of the
equipment. Prior to inspection all Work under this Section shall
have been completed , tested, balanced and adjusted , and in final
operating condition .
(r) MISCELLANEOUS SERVICES OF CONTRACTOR
City of Fort Worth. Texas
Special Provisions For Stree t and Storm Drain Im provements
PMO Release Date: 07/28/2010
Page SP-60 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
1. Train at least two (2) of the C ity's employees in the operation and
maintenance of the system . Th is shall include the operation of the
controllers and va lves, how to most effectively use the system , and
maintenance on all equipment including the removal and
replacement of valve and controller components .
a . Provide two (2) quick coupling valve keys and two (2) sets of
automatic controller keys for each controller. This equipment
shall be turned over to the City upon final acceptance of the
Work by the City.
2 . Provide a watering program to the City showing the scheduling or
sequencing of · the valves , including which valves may be run
simultaneously, and a desirable timing program for each controller.
The controllers shall be scheduled to prevent an excessive amount
of head loss in the system. The program shall include suggested
operating time for new planting and established growth .
3 . Operation and Maintenance Manuals -Prepare and deliver to the
Contractor, within ten calendar days prior to completion of
construction , two hard cover, three ring binders containing the
following information :
a . Index sheet stating Irrigation Contractor's address and
telephone number, list of equipment with name and addresses
of local Manufacturer's representative .
b. Catalog and parts sheets on each product and equ ipment type
installed under this contract.
i. Guarantee statement.
ii. Complete operating and maintenance instruction on all
major equipment.
(s) WATER METERS, TAP, PERMIT AND IMPACT FEES
1. All fees associated with the installation of the irrigation system
and/or connection to the existing water system shall be included in
the cost of construction.
50. 7 Measurement: The measurement for this Item shall include all labor, materials and
equipment, and city fees necessary to install irrigation system including contro ls,
water meter, and electrical systems and appurtenances .
50 .8 Payment: Payment for this Item shall be each per lump sum.
51 . PAY ITEM No. 9-RIVER ROCK-INSTALL (BID-01305)
51.1 WORK
(a) The Work of this Item includes all labor, equ i pment, and materials necessary to
provide and install rounded river rock into portions of the concrete swale as
shown on the Construction Documents.
City of Fort Worth , Texas
Specia l Provisions For Stree t an d Storm Dra in Imp roveme nts
PM O Re lease Date: 07/28/20 10
Page SP-61 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
51.2 SAMPLE
(a) The Contractor shall prov ide a typical sample of the rock to the Client's
Representative for approval. The Contractor shall provide a typical sample of
what the completed surface treatment will look like for approval by the Client's
Representative in a sample that is not part of the installed work. The sample
shall be at least 2 ft. by 2 ft. in size. Contractor shall not begin work until the
sample is approved. All work that doesn 't meet the same look as the approved
sample shall be removed and replaced to meet the approved sample at no
additional cost to the City.
51 .3 PRODUCTS
(a) River Rock shall be "Sunburst" 2 inch to 3 inch in size . Rock shall be as supplied
by Carroll Stone and Rock Inc. 3941 Fort Worth Hwy, Weatherford , TX 76087 -
8608. email: mai l@carrollstone.com, phone no . 817-596-0102, or an approved
equal.
51.4 EXECUTION
(a) Areas in the gutter to receive River Rock shall have the concrete poured and
then the rock hand-placed and set into the concrete half the diameter of the rock .
The rounded uniform face of the rock shall face up . Care shall be taken to make
sure all rock is touching the surrounding rock and the rock forms a 'carpet' of
exposed stone . It shall be placed such that there is enough mortar to hold the
rock in place but not so far apart as to make more concrete visible than the rock .
(b) Contractor shall take care to make the tops of the rock fairly uniform i n height
that they stick out of the concrete . The rock shall be cleaned of mortar once it
has set to expose the rock. Contractor shall supply a recommendation of what
product to use to accomplish th is for approval by the Client's Representative.
51 .5 Measurement: The measurement for this Item shall be per square foot including all
labor, materials and equipment necessary to install as shown on the Construction
Documents .
51.6 Payment: Payment for this Item shall be per square foot , complete in place.
52. PAY ITEM No. 56 -TRAFFIC CONTROL -INSTALL (BID-00181):
The contractor will be required to obtain a "St reet Use Permit" prior to starting work . As part
of the "Street Use Permit" a traffic control plan is required . The Contractor shall be
responsible for providing traffic control during the construction of this project consistent with
the provis ions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control
Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform
Act Regulating Traffic on Highways," codified as Article 6701d Vernon 's Civil Statutes ,
pertinent sections being Section Nos . 27, 29, 30 and 31.
Unless otherwise included as part of the Construction documents , the Contractor shall
submit a traffic control plan (duly sealed , signed and dated by a Registered Professional
City of Fort Worth . Texas
Specia l Provi sions For Street and Storm Drain Improvements
PMO Release Da te: 07/28/2010
Page SP-62 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Engineer (P.E.) in the state of Texas), to the City Traffic Engineer [Tel (817)392-8770) at or
before the preconstruction conference. The P.E. preparing the traffic control plan may utilize
standard traffic reroute configurations posted as "Typicals" on the City's Buzzsaw website.
Although work will not begin until the traffic control plan has been reviewed and approved,
the Contractor's time will begin in accordance with the timeframe mutually established in the
'Notice to Proceed' issued the Contractor.
The Contractor will not remove any regulatory sign, instructional sign, street name sign or
other sign, which has been erected by the City . If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation and
Public Works Department to remove the sign . In the case of regulatory signs, the Contractor
must replace the permanent sign with a temporary sign meeting the requirements of the
above-referenced manual and such temporary sign must be installed prior to the removal of
-the permanent sign. If the temporary sign is not installed correctly or if it does not meet the
required specifications, the permanent sign shall be left in place until the temporary sign
requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic periods " as
determination by the City Traffic Engineer.
The lump sum pay item for traffic control shall cover design, and / or installation and
maintenance of the traffic control plans .
53 . PRE BID ITEM No. 60-SIGN -PROJECT DESIGNATION -INSTALL (BID-00504):
The Contractor shall construct and install two (2) Project Designation Signs and it will be the
responsibility of the Contractor to maintain the signs in a presentable condition at all times on
each project under construction . Maintenance will include painting and repairs as directed by
the ENGINEER.
It will be the responsibility of the Contractor to have the individual project signs lettered and
painted in accordance with the enclosed detail. The quality of the paint, painting and
lettering on the signs shall be approved by the ENGINEER. The height and arrangement of
the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of
%" fir plywood, grade A-C (exterior) or better. These signs shall be installed on barricades or
as directed by the ENGINEER and in place at the project site upon commencement of
construction.
The work, which includes the painting of the signs, installing and removing the signs ,
furnishing the materials, supports and connections to the support and maintenance shall be
to the satisfaction of the ENGINEER.
A unit price bid per each 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.
54 . PRE BID ITEM No. 61 -UTILITY ADJUSTMENT-REPAIR (BID-00414):
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
City of Fort Worth , T exas
Special Provi sions Fo r Street and Storm Dra in Improveme nts
PMO Release Date: 07/28/2010
Pag e SP-63 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
improvements to water, sanitary sewer and natural gas service lines and appurtenances
where such service lines and appurtenances are the property owner's responsibility to
maintain. An arbitrary figure has been placed in the Proposal; however, this does not
guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the "Contractor" responsibility to provide the
services of a licensed plumber to make the utility adjustments determined necessary by the
ENGINEER. No payment will be made for utility adjustments except those adjustments
determined necessary by the ENGINEER. Should the Contractor damage service lines due
to his negligence , where such lines would not have required adjustment or repair otherwise,
the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The
payment to the Contractor for utility adjustments shall be the actual cost of the adjustments
plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in
handling the utility adjustments .
55. NON PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT
1. SCOPE
CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
for
SILICONE JOINT SEALING
(Revision 1, October 18, 1989)
(Revision 2 , May 12, 1994)
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314 .2. (11) "Joint Sealing Materials" of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF
FORT WORTH, and Item 2.210 "Joint Sealing" of STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF
GOVERNMENTS.
2. MA TE RIALS
2.1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for
Class A sealant except as modified by the test requirements of this
specification . Before the installation of the joint sealant, the Contractor shall
furnish the ENGINEER certification by an independent testing laboratory that
the silicone joint sealant meet these requirements.
2.2 The manufacturer of the silicone joint sealant shall have a minimum two-year
demonstrated , documented successful field performance with Portland
Cement Concrete pavement silicone joint sealant systems . Verifiable
documentation shall be submitted to the ENGINEER. Acetic acid cure
sealants shall not be accepted . The silicone sealant shall be cold applied.
2.3 Self-Leveling Silicone Joint Sealant
City of Fort Worth, Texas
Special Provisions For Street and Storm Drai n Improvements
PMO Release Date: 07/28/20 10
Pa ge SP-64 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint
sealant as manufactured by Dow Corning Corporation , Midland , Ml 48686-
0994 , or an approved equal.
Self-Leveling Silicone Joint Sealant
Test Method Test Requirement
AS SUPPLIED
**** Non Volatile Content, % min . 96 to 99
MIL-S -8802 Extrusion Rate , grams/minute 275 to 550
ASTM D 1475 Specific Gravity 1.206 to 1.340
**** Skin-Over Time , minutes max. 60
**** Cure Time , days 14 to 21
**** Full Adhesion , days 14 to 21
AS CURED-
ASTM D 412, Die Mod. Elongation , % m in . 1400
ASTM D 3583 Modulus @ 150% Elongation , psi max. 9
(Sect. 14 Mod.)
ASTM C 719 Movement, 10 cycles @ +100/-50% No Failure
ASTM D 3583 Adhesion to Concrete , % Elongation min . 600
(Sect. 14 Mod .)
ASTM D 3583 Adhesion to Asphalt, % Elongation min . 600
(Sect. 14 Mod.)
2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backe r rod
and polyethylene bond breaker tape of sufficient size to provide a tight seal. The
back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint
sealant from flowing to the bottom of the joint. The backer rod and breaker tape
shall be compatible with the si licone joint sealant and no bond or reaction shall
occur between them . Reference is made to the "Construction Detail " sheet for the
various joint details with their respective dimensions .
3. TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be
initially saw cut to the required depth with the proper joint spacing as shown on
the "Construction Detail " sheet or as directed by the ENGINEER 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 should be
part of the same saw cutting operation. Immediately after the saw cutting
pressure washing shall be applied to flush the concrete slurry from the freshly
saw cut joints.) The pavement shall be allowed to cure for a minimum of seven
(7) days. Then the saw cuts for the joint sealant reservoir shall be made, the
joint cleaned , and the joint sealant installed. During the application of the joint
City of Fo rt Worth , Texas
Specia l P ro visio ns For Street an d Sto rm Drain Imp rovements
PMO Release Date: 07/28/2010
Page SP-65 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
sealant, the weather shall not be inclement and the temperature shall be 40F (4C)
and rising.
4. EQUIPMENT
4 .1 All necessary equipment shall be furnished by the Contractor. The Contractor
shall keep his equipment in a satisfactory working condition and shall be
inspected by the ENGINEER prior to the beginning of the work. The minimum
requirements for construction 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 pumping system
shall be capable of delivering a sufficient pressure and volume of water to
thoroughly flush the concrete slurry from the saw-cut joint.
4.4 Air Compressors: The delivered compressed air shall have a pressure in
excess of 90 psi and 120 cfm. There shall be suitable reaps for the removal of
all free water and oil from the compressed air. The blow-tube shall fir into the
saw-cut joint.
4.5 Extrusion Pump: The output shall be capable of supplying a sufficient volume
of sealant to the joint.
4.6 Injection Tool: This mechanical device shall apply the sealant uniformly into
the joint.
4 . 7 Sandblaster: The design shall be for commercial use with air compressors as
specified in Paragraph 5.4.
4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination. They shall be compatible with the join depth and width
requirements.
5. CONSTRUCTION METHODS
5.1 General: The joint reservoir saw cutting, cleaning, bond breaker installation,
and joint sealant placement shall be performed in a continuous sequence of
operations
5.2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown on
the "Construction Detail" sheet. The faces of the joints shall be uniform in
width and depth along the full length of the joint.
5.3 Cleaning Joints: Immediately after sawing, the resulting concrete slurry shall
be completely removed from the joint and adjacent area by flushing with high
pressure water . The water flushing shall be done in one-direction to prevent
joint contamination.
City of Fort Worth , Texas
Sp ecia l Provisions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-66 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
When the Contractor elects to saw the joint by the dry method , flush i ng the
joint w ith high pressure water may be deleted . The dust resulting from the
sawing shall be removed from the joint by using compressed air. (Paragraph
Rev. 1 , October 18 , 1989)
After complete drying , the joints shall be sandblasted . The nozzle shall be
attached to a mechanical aiming device so that the sand blast will be directed
at an angle of 45 degrees and at a distance of one to two inches from the face
of the joint. Both joint faces shall be sandblasted in separate , one directional
passes. Upon the termination of the sandb lasting , the joints shall be blown -out
using compressed air. The blow tube shall fit into the joints .
The blown joint shall be checked for residual dust or other contamination . If
any dust or contamination is found , the sandblasting and blowing shall be
repeated until the joint is cleaned . Solvents will not be permitted to remove
stains and contamination .
Immediately upon cleaning, the bond breaker and sealant shall be placed in
the joint. Open , cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape: The bond breaker rod and tape shall be
installed in the cleaned joint prior to the application of the joint sealant in a
manner that will produce the required dimensions.
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 j oint sealant
application shall not be permitted when the air and pavement temperature is
less than 40F (4C). Joints shall not be sealed unless they are clean and dry.
Unsatisfactorily sealed joints shall be refilled . Excess sealant left on the
pavement surface shall be removed and discarded and shall not be used to
seal the joints .
The pavement surface shall present a clean final condition .
Traffic shall not be allowed on the fresh sealant until it becomes tack-free.
Approval of Joints: A representative of the sealant manufacturer shall be
present at the job site at the beginning of the final cleaning and sealing of the
joints. He shall demonstrate to the Contractor and the ENGINEER the
acceptable method for sealant installation. The manufacturer's representative
shall approve the clean , dry joints before the sealing operation commences .
6 . WARRANTY
The Contractor shall provide the ENGINEER a manufacturer's wri tten guarantee on
all
joint sealing materi als. 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 j oints. The Contractor shall agree to
City of Fort Worth, T exas
Specia l Provi sio ns Fo r Street and Storm Dra in Improvements
PM O Release Date: 07/28/20 10
Pag e S P-67 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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.
56. 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 considered as satisfactory and the
contract unit price will be used for payment if the average thickness within the project
meets or exceeds the specified designed thickness.
2. Deficiencies of greater than 0.25-inch shall be removed and replaced with
pavement of plan thickness at contractor's entire expense.
B. Cracked Concrete Acceptance Policy .
If cracks exist in concrete pavement upon completion of the project , the Project Inspector
shall make a determination as to the need for action to address the cracking as to its
cause and recommended remedial work. If the recommended remedial work is routing
and sealing of the cracks to protect the subgrade, the Inspector shall make the
determination as to whether to rout and seal the cracks at the time of final inspection and
acceptance or at any time prior to the end of the project maintenance period. The
Contractor shall perform the routing and sealing work as directed by the Project
Inspector, at no cost to the City, regardless of the cause of the cracking.
If remedial work beyond routing and sealing is determined to be necessary, the Inspector
and the Contractor will attempt to agree on the cause of the cracking. If agreement is
reached that the cracking is due to deficient materials or workmanship, the Contractor
shall perform the remedial work at no cost to the City. Remedial work in this case shall
be limited to removing and replacing the deficient work with new material and
workmanship that meets the requirements of the contract.
If remedial work beyond routing and sealing is determined to be necessary, and the
Inspector and the Contractor agree that the cause of the cracking is not deficient
materials or workmanship, the City may request the Contractor to provide an estimate of
the cost of the necessary remedial work and/or additional work to address the cause of
the cracking , and the Contractor will perform that work at the agreed-upon price if the City
elects to do so.
If remedial work is necessary, and the Inspector and the Contractor cannot agree on the
cause of the cracking, the City may hire an independent geotechnical engineer to perform
testing and analysis to determine the cause of the cracking. The contractor will escrow
50% of the proposed costs of the geotechnical contract with the City. The Contractor and
the City shall use the services of a geotechnical firm acceptable to both parties .
If the geotechnical engineer determines that the primary cause of the cracking is the
City of Fort Worth , Texas
Special Provi sions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-68 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Contractor's deficient material or workmanship, the remedial work will be performed at
the Contractor's entire expense and the Contractor will also reimburse the City for the
balance of the cost of the geotechnical investigation over and above the amount that has
previously been escrowed. Remedial work in this case shall be limited to removing and
replacing the deficient work with new material and workmanship that meets the
requirements of the contract.
If the geotechnical engineer determines that the primary cause of the cracking is not the
Contractor's deficient material or workmanship , the City will return the escrowed funds to
the Contractor. The Contractor, on request, will provide the City an estimate of the costs
of the necessary remedial work and/or additional work and will perform the work at the
agreed-upon price as directed by the City.
57 . NON-PAY ITEM -SPRINKLING FOR DUST CONTROL :
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control"
shall apply. However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
58 . NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL:
All property along and adjacent to the Contractor's operations including lawns , yards, shrubs,
trees, etc. shall be preserved or restored after completion of the work to a condition equal or
better than existed prior to start of work.
By ordinance , the Contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights-of-way and designated alleys . Th is permit can be obtained by
calling the Forestry Office. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association . A copy of these
standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree
Evaluation as defined by the International Society of Arboricu lture. Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from
funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended.
59 . NON-PAY ITEM -CONCRETE COLORED SURFACE:
Concrete wheelchair ramp surfaces , excluding the side slopes and curb, shall be colored
with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener
manufactured by L.M . Scofield Company or equal , shall be used in accordance with
manufacturers' instructions. Contractor shall provide a sample concrete panel of one foot by
one foot by three inches dimension, or other dimension approved by the ENGINEER,
meeting the aforementioned specifications . The sample , upon approval of the ENGINEER,
shall be the acceptable standard to be applied for all construction covered in the scope of
this Non-Pay Item . No direct payment will be made for this item and it shall be considered
incidental to this contract.
The method of application shall be by screen , sifter, sieve , or other means in order to provide
for a uniform color distribution.
City of Fort Worth , Texas
Special Provisions Fo r Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-69 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
60. NON-PAY ITEM -PROJECT CLEAN-UP :
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered
subsidiary to the appropriate bid items. Clean up work shall be done as directed by the
ENGINEER as the work progresses or as needed. If, in the opinion of the ENGINEER it is
necessary, clean up shall be done on a daily basis. Clean up work shall include, but not be
limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off other properties.
If the ENGINEER does not feel that the jobsite has been kept in an orderly condition, on the
next estimate payment (and all subsequent payments until completed) of the appropriate bid
item(s) will be reduced by 25%.
Final cleanup work shall be done for this project as soon as the paving and curb and gutter
has been constructed. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the
ENGINEER.
61. NON -PAY ITEM -PROJECT SCHEDULE :
Before commencing any work under this contract , the CONTRACTOR shall submit to the
OWNER a draft detailed baseline construction schedule that meets the requirements
described in this specification , showing by Critical Path Method (CPM) the planned sequence
and timing of the Work associated with the Contract. All submittals shall be submitted in
PDF format , and schedule files shall also be submitted in native file format (i .e . file formats
associated with the scheduling software). The approved scheduling software systems for
creating the schedule files are :
-Primavera (Version 6.1 or later or approved by OWNER)
-Primavera Contractor (Version 6.1 or later or approved by OWNER)
-Primavera SureTrak (Version 3 .x or later or approved by OWNER)
-Microsoft Project (Version 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qualified Project
Scheduler to develop the required schedules. A qualified Project Scheduler would have the
following minimum capabilities and experience.
a . Experience preparing and maintaining detailed schedules , as well as 1 year of
experience using approved scheduling software systems as defined in this
specification.
b. Knowledge of Critical Path Method of scheduling and the ability to analyze schedules
to determine duration, resource allocation, and logic issues.
c. Understanding of construction work processes to the extent that a logical critical path
method schedule can be developed, maintained , and progressed that accurately
represents the scope of work performed.
62 . BASELINE CONSTRUCTION SCHEDULE : The CONTRACTOR shall develop , submit
and review the draft detailed baseline construction schedule with the OWNER to
demonstrate the CONTRACTOR's understanding of the contract requirements and approach
City of Fort Worth, Texas
Special Provisio ns For Street and Storm Drain Imp rovements
PMO Release Date : 07/28/2010
Page SP-70 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
for performing the work. The CONTRACTOR will prepare the final detailed baseline
construction schedule based on OWNER comments, if any . The CONTRACTOR 's first (1st)
payment application will only be processed after the detailed baseline construction schedule
has been submitted by the CONTRACTOR and accepted by the OWNER
The following guidelines shall be adhered to in preparing the baseline construction schedule.
a . Milestone dates and final project completion dates shall be developed to conform to
the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days. Fabrication, delivery and submittal activities are
exceptions to this guideline.
c. Activity durations shall be in work days and normal holidays and weather conditions
over the duration of the contract shall be accounted for within the duration of each
activity.
d. The critical path shall be clearly shown on the construction schedule .
e . Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not for
the exclusive use or benefit of the CONTRACTOR or OWNER
f. Thirty days shall be used for submittal review unless otherwise specified .
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities in enough detail to achieve sub-activities of no greater than 20 days duration. The
Schedule Guidance Document is located on Buzzsaw and is hereby made a part of this
contract document by reference for all purposes , the same as if copies verbatim herein .
For each general activity, the construction schedule shall identify all trades or subcontracts
applicable to the project whose work is represented by activities that follow the guidelines of
this section .
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following : procurement, construction, pre-acceptance activities, and events
in their logical sequence for equipment and materials. Include applicable activities and
milestones such as:
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4 . Submittal review periods
5. Shop fabrication and delivery
6 . Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
63. PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and
submit monthly to the OWNER for approval the updated schedule in accordance with Section
81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work
City of Fort Worth, T exas
Specia l Provi sions For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-71 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
progresses, the CONTRACTOR shall enter into the schedule and record actual progress as
described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that highlights
the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule ,
• Coordination issues the OWNER should be aware of or can assist with ,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to the
OWNER.
a. The CONTRACTOR's monthly progress payment applications will not be accepted and
processed for payment without monthly schedule updates, submitted in the time and
manner required by this specification and the Schedule Guidance Document, and which
accurately reflects the allowable costs due under the Contract Documents and is
accepted by the OWNER.
b . Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification .
c. Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
64 . PERFORMANCE AND CONSTRUCTION SCHEDULE: If, in the opinion of the OWNER,
work accomplished falls behind that scheduled, the CONTRACTOR shall take such action as
necessary to improve his progress. In addition, the OWNER may require the
CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan
to make up lag in schedule progress and to ensure completion of the Work within the allotted
Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute the
Work with due diligence as will ensure completion within the time specified in the Contract.
65. SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract
documents. The requirements for each Tier are described below. CONTRACTOR shall
submit each schedule relying on the Schedule Guidance Document provided in the Contract
Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS:
1. At a minimum , each Activity Breakdown Structure (ABS) in the scheduling
software shall be cost-loaded with the total contract dollars associated with
the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following :
City of Fort Worth , Texas
Special Provi sio ns For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-72 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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.
66. 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.
67. 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
Contractor's letterhead and shall include the following information: Name of Project, City
Project No., Scope of Project (i.e . type of construction activity), actual construction duration
within the block, the name of the Contractor's foreman and his phone number, the name of
the City's inspector and his phone number and the City 's after-hours phone number. A
sample of the 'pre-construction notification' flyer is attached.
The Contractor shall submit a schedule showing the construction start and finish time for
each block of the project to the inspector. In addition, a copy of the flyer shall be delivered to
the City Inspector for his review prior to being distributed. The Contractor will not be allowed
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.
All work involved with the pre-construction notification flyer shall be c::onsirlP.rnrl suhsirli;:iry to
the contract price and no additional compensation shall be made.
68. 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
City of Fort Worth, Texas
Special Provi sions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page S P-73 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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.
69 . 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 S ize
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 . Des ignation C-131.
70. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE :
When existing concrete or H .M .A .C . is cut , such cuts shall be made w ith 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 .
71 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES:
The Contractor shall be responsible for locating and marking all previously exposed
manholes and water valves in each street of this contract before repaving commences for a
particular street.
The Contractor shall attempt to include the ENGINEER (if he is available) in the observation
and ma rking activity. In any event a street shall be completely marked a minimum to two (2)
working days before repaving begins on any street. Marking the curbs with paint is a
recommended procedure .
It shall be the Contractor's responsibility to notify the uti lity companies that he has
commenced work on the project. As the repaving is completed (within the same day) the
Contractor shall locate the covered manholes and valves and expose them for later
adjustment. Upon completion of a street the Contractor shall notify the util ities of this
completion and ind icate that start of the next one in order for the utilities to adjust facil ities
accordingly.
The Contractor shall be responsible for all materials , equipment and labor to perform a most
accurate job and all costs to the Contractor shall be figured subsidiary to this contract.
72 . 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 respect ive
lines.
City of Fort Wort h, Texas
Special Provisions For Street and Storm Drain Improvements
P MO Re lease Date: 07/28/20 10
Page SP-74 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
73. 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.
74 . 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 F10 additional compensation shall be made .
75. PAY ITEM No. 7 -ROCK EXCAVATION :
Hard tan weathered limestone with clay seams and very hard gray limestone with shale
seams were encountered during the geotechnical investigation of the site. The geotechnical
report indicates that rock excavation will be required on the western 1/3 of the site. The rock
excavation quantity is approximated for the site, but the Owner's Representative will
determine the full extent of required rock excavation during construction. Contractor will be
reimbursed per the cubic yard unit cost provided in the bid for rock excavation based on the
determination of the Owner's Representative of the actual quantity of rock removed .
City of Fort W orth , Texas
Special Provisions For Street and Sto rm Drain Imp rovements
PMO Release Date: 07/28/2010
Page SP-75 of 77
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
76. (To be printed on Contractor's Letterhead)
Date: ____________ _
City No: ___ _
PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for:
MAPSCO LOCATION: ____ _
LIMITS OF CONST.: ------------------------------
Estimated Duration of Construction on your Street : ____ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT
WORTH, OUR 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 HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER
ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL.
City of Fort Worth , T exas
Special Provisions For Street and Sto rm Drain Improvements
PMO Re lease Date : 07/28/2010
Pag e SP-76 of 77
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/812008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RATES
S_UBJECT:
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 attact1ed 2008 Prevailing Wage Rate data was compiled from
that survey.
_FISCAL INFORMA TION/CERi:IFICATION:
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 b_y;_
Originating_Department Head:
Additional Information Contact:
f_ROM Fund/Account/Centers
Fernando Costa (8476)
A. Douglas Rademaker (6157)
Eric Bundy (7598)
HEAVY & IITGHWA Y CONSTRUCTION
PREVAILING WAGE RATES2008
T oo~.Q~rator ; Air
L~ -~alt Distributor 02erator
.... _ .. _____
l Asp
I
halt Paving Machine Oeer~t()~---
. As phc1Jt Raker -···-·-·----
halt Shoveler
$10_.Q§.__l
$13.99 i ·---· $12.78 i
S 11.0 I
s S.80 As
Bat
I3ro
Bu
Ca
Co
Co
Co
Co
Co
Co
Co
Co
Cra
Ele
·-·------------.
ching Plant Wei_Q;h er 5;1 4.1 5 ...
om or Sweeper Operator s 9 .88 ·-·--· ~-· ·~-------
]!dozer 0..£!:!ator $13 .22
1_P-enter $12.80 ------ncrete Finisher, Pavin i; $12 .85 --------~---H
ncr ctc Fini sher, St11Jctures $13.27
ncrete Pavi ng Curbing Machine Oecrator $12 .00 --·-••#---·--
ncrete Pavin.1; Finish ing Machine Operator -·· $13.63
n crete Pavin g_Joint Sealer Operator $12.50
n~~!::J~aving_ Saw Operator $13.56 --·--·-·····-
ncrete Paving Sp reader Operator $14.50 ~---
ncrete Rubber $10.6 1
ne, Clamshell, B~_~!_ql_Q.'?.!-I?eri:lck; Dragline, Shovel Operator JJL1:J.L
ctrician i $18.12 --------------~
Fla er i $ 8.43 ! i-.::--==--------------·------·----... ----------~ '
Form Builder/Setter, S1rnctures ; $11.63 •
For~_~etter, Paving & c-·u_r_b-------------+! _S_l_l._8_3 1
Foundation Drill O e.rator, Crawler Mounted I $13.67 1 _________ .. _____
Foundation Drill 0 ip e rator , Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utililv
Mechanic
-------· .... ____ --
-·~erator, fine Grade Milling Machine 0
M ixer Operator
Motor Gntdcr _Qp!
-----·----
-------------
rator, Fine Grade
-rator, Rough . Motor Grader Ope
Oiler -·-·······-·-,---
Painter, Structure_!_
Pavement Marld1lg
Pi ela er
-------Machine Operator
Reinforcin, Steel
Reinforcing Stee l .
Setter, Paving __ ...
Setter, Structure
-----.. ---
neuma tic, Self-Pro2ellcd _ _!3.olle.!:_ Operator, P
Roller O e rator, S
Roller O emtor, S
Scraper Operator
!eel Wheel, F:.L~(~¥heeVfnmping
teel _ \\'heel, Plant Mix Pavement
··----· Servicer ··-----···
Sli Form Machin e (?perntor
rator
Crawler Type __ . ----·----
neumatic __ _._,. ___
erator
SI6.30 I
S l2.62
--···· ._._,,,, ____
S 9.lS
S I0.65
$16.97
$1 I.83
$11 .58
$15.20
$14 .50 ·-······-·.----------
$14 .98
$13.17
$10.04
$11.04
$]4 .86
$16.29
I $1 1.07 ----·----r $10 .92
i $11.28
$11.42
$12.32
! $12.33 l $10~92 -
·-.. $12.60
$1 2.91
$12 .03
-~_er~~er Box Ope
Tractor O erator,
Trnctor O crator, ~
TraveJin~tixer Op
Truck Driver LoVI
Truck Driver, Sin
........ .,.w.,. _____
'boy-F loat ·-----
;le Axle,_Heavy
le Axle, Li~ht -·-· --·-·--~ dem Axle, Semi-Trailer
····-· 1sit-Mix
L_Iiuck Driver, Sing
i Truck Driver, Tan
! Truck Driver, Trar
l_Wa_gon Dril(Bori ng Machine, Post Hole Driller Oeerator -· --·--··
! Welder ---..... ······--f Work Zon e Barrie ade Servicer --··--·-
$14 .93
$11.47
-~10.91
$11.75 i
$1 2.08 ;
$14.00 i
-siJ.s7 i
SJ0.09 J
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
AC Mechanic
i
_____ r----5,_2_1_.6_9-+------------------1---"s.c::.20.:..c·..:.43~;
!--A_C_Mech_.:..:a:..:n.:..:ic:..:H.:..:ec:alp:..:e:..:r __________ 1----·S12.00 ! P-'l -"-um_b-'-e'-.r_H....:e'-"lp:..:e:c..r ___________ -4--_~S-=-14.:.:.-9.:.:0::....i
_A_co_u_st_ic""'·a""-1..;;.Ce.;;..i-'-lin""""'Me-'-'-·ch'-"-'-an_i_c _______________ J $15.24 i Reinforcing Steel Setter $10.00
l _B_ric_k_la_,y_e_rl_St_o_n_e_M_;a_so_n ______________________ .•..•......... $1_9_.1_2_;;-· _Ro_o_fe_r ______________ -+-_-"$-'-1-"4.c:.0;:_;0
Brick \a r /Stone Mason Helper --·····-·-------·-·---+----L.:.=cc:_..;_;.;.:;=:....:..c:=;__-----------il---$!..'.1.:...0:.::..00::... $10.10 Roofer Helper
$16.23 Sheet i\\etal Worf<.er i---;.C_arp-e.,;;.en;...te:..:.·:..r --------------···-------·-+-_;;_:_==-+~..;;..:_;~~:...:.;..~::.:------------1-_..:,_S·.:..:16:.:..9.:..:6:.....i
$11.91 Sheet Metal Worker Hel er _c_ar..L...e1_1te.c.c.·_r _Ke_l.,_pe_r __________________ t----'---t----..;..;........c.......;.;..;....;.....'-"'-'----------1-__..:S12. 31
$13.49 S rinkler System Installer Concrete Finisher -------------·········------·-------+--"--:..::.:...:.:.....j-::.JC..:..:..:.=.:
$13.12 Sprinkler S stem Installer Hel er Concrete Form Builder $9.00 -----·----·-------------1--..e..:..::..;..:.;c..+..c.:..;..c;.;...;.;.c;.;....;;.t.;..:.;:.:,;.;...;.c:..:..::.=::.:...:..;c=c.=_ _____ -+_···------·-
$14.62 Steel Worker Str\letural alt Mechanic $17 ,t,3 _ _.__-"--"-..c....;_;,...;.:,.; _____________ . _______________ l----'-'-'-:..:,.;::.-+--'~'-'-'-'--""-"--'-..;._;-'--'-;.;._-'-----------1--~c.;_;.;:.....i
$10 .9 1 Concrete Pum Drywall Helper ------------------+----'---1--------'-'-.L------------1-------J2.Q:?Q __
Crane, Clamsheel, Backhoe, Denick. D'Line
1--Dryw~_a_ll_T_a._e_r ____________________ __,_ __ $.._1_3_.0_0.....__Sl_1o_ve_'l ____________________ :··-t··-S17. 76 ..
Drywall Taper Helper ----·----------+----'!.$9-'-' . ..;.0.:...0-1-"F...;;o"'"'rk.:.:..li;.;..ft'--------------------···· , __ , ___ S12.63 _
Electrician (JoumeymanL ··-------$20 .20 Front End Loader -----·····---____________ J $10.50
Electrlcl,in Helper -----------1--....:$c.:.1..:.4·;..;4cc.34-Tc...:.ru.c:.cl<.:;.;__;D:...r-'-'iv:..:ec...r ____________________________ j ·---· $14 . 91
Electronic Technician $19.86 Welder $16 .06 ---·-·-·····---·--------+--"-..;_;_;--'-1!-----------·--·········---····-------------·---+--.r...:.;:.:..::..:-l
Electronic _Technician_H_el_,_p_er _________ ..... $'-1_2._0_0-+-W-el_de_r_l-l_e ..... lp._e_r ________________ .. __________ ··--·· $9. 75 i
Floor Layer {Resilient) $20.00
__ Floo r Layer H-'e-".lpec..::_r __________ --1--_.....:S:....:1-"-3.:..:0.c:.0-1
Glazier S18.0D ------------------1-----------·····
Glazie r Hel r S13.0D
Insulator $14,76 ----------------~--------········-
r--ln_s_ul_at_o_r_H_el_,_p_er ___________ -+--S'-11 .25
Laborer Common
Labo rer Skilled
Lather
Painter
L---S10.27
S1}~18 .
---····---·---l _ S_l 6. 10
[ $14.83 I ,-------------------··----!·-·--·--·-.
P.ilnter Helper
i Pipefitter r--~-----------····--------·---
I ss.oo i
:
$18 .85 !
Pipefitter Helper __ ~ ____________ .,_____.;$'""1.;:;2.;.;..8~3 [
Plasterer $17.25 ! --------·----------1--.0....:...:..:..:C.:~
~~asterer Hel pe r $12 .25 ,
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents .
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258 .023.
(c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258.023 , Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31 st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation .
(d) Arbitration Required if Violation Not Resolved. An issue relating to an alleged
violation of Section 2258 .023, Texas Government Code, including a penalty owed
to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised
Statutes) if the contractor or subcontractor and any affected worker do not resolve
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) above . If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date
that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The
decision and award of the arbitrator is final and binding on all parties and may be
enforced in any court of competent jurisdiction.
( e) Records to be Maintained. The contractor and each subcontractor shall, for a
period of three (3) years following the date of acceptance of the work, maintain
records that show (i) the name and occupation of each worker employed by the
contractor in the construction of the work provided for in this contract; and (ii) the
actual per diem wages paid to each worker. The records shall be open at all
reasonable hours for inspection by the City. The provisions of the Audit section
of these contract documents shall pertain tu this inspection.
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
06 -TECHNICAL SPECIFICATIONS
01330 Submittals
02001 Articulating Concrete Block
02200 Site Preparation
02300 Earthwork
02350 Permanent Transition Mats (Scourstop)
03300 Concrete
PART 1 -GENERAL
SECTION 01330
SUBMITTALS
1.1 DESCRIPTION OF REQUIREMENTS
This section specifies the general methods and requirements of submissions applicable
to the following work-related submittals.
A. Schedule of Values
B. List of required Submittals
C. List of Subcontractors
D. Shop Drawings, Product Data and Samples
E. Construction Photographs
1.2 SCHEDULE OF VALUES
A. Within ten (10) calendar days following the Effective Date of the Contract, the
Contractor shall submit to the Engineer in triplicate a tentative schedule of values
(a breakdown of the lump sum bid) for the purposes of developing a schedule of
values, which in turn shall be used to determine partial payment estimates and
may be used to verify costs of credits , change orders, etc.
1. The tentative schedule of values will be reviewed by the Engineer to
determine whether, in his judgment, the prices included are "unbalanced"
or "front-end loaded", in an effort to inflate the prices of those items of
work to be completed in the early stages of the project.
2. The Engineer will provide the Contractor with his comments and/or may
request additional information from the Contractor to justify certain item
quantities and prices therefore. On the basis of the Engineer's comments,
the Contractor shall revise and resubmit the tentative schedule for further
review and/or approval.
3. Once the tentative schedule is approved by the Engineer, it shall become
the schedule of values to be used in determining partial payment
estimates . Two (2) paper and one (1) electronic version in "MS Word" of
this schedule shall be submitted to the Engineer for distribution and his
use.
4. No partial payment request (including the first) shall be approved until the
schedule of values has been approved by the Engineer.
B. Each partial payment request by the Contractor shall include the approved
schedule of values, modified to indicate the total quantity and price of the work
Submittals
01330
-1-
completed to the date of the request. After approval of the Submittal , no
modifications will be made to the schedule of values .
C. In so far as possible, total quantities and unit prices shall be shown for all items
of work, separating for each item the materials and labor and such other sub-
items as the Contractor may desire. "Lump sum", and "miscellaneous", and other
such general entries in the schedule shall be avoided whenever possible. Such
items as Bond premiums, temporary facilities, and equipment storage may be
listed separately in the schedule of values, provided the costs can be
substantiated. Overhead and profit shall not be listed as separate items.
D. The sum of the items listed on the schedule of values shall equal the contract
lump sum price . No additional payment will be allowed if the quantities shown on
the schedule are less than those actually required to accomplish the work, unless
the quantities are altered by a change order.
1.3 REQUIRED SUBMITTALS
The following is a list of submittals required on this project.
1. Spoil material disposal -see Sheet 2 of Plans
2. Traffic control plan
3. Notice of Intent for SWPPP
4 . Reinforced Concrete Pipe
5. Filter sand with lab test results
6. Underdrain pipe and subdrain pipe for the Multi-Use Field and Filtration Basin
7. Concrete mix design and testing results
8. Rebar
9 . Gabion baskets & wire
10. Gabion rock
11 . Articulating concrete block
12. Fencing
13. Erosion control mat
14. Scour Stop-Erosion Control Transition Mat
1.4 LIST OF SUBCONTRACTORS
The Contractor shall, within fifteen ( 15) calendar days following the Effective Date of the
Contract. submit to the Engineer, one ( 1) paper and one ( 1) electronic formatted in MS
Word, a list which identifies each subcontractor the Contractor intends to engage to
complete the work of this contract. No partial payment request shall be approved until
the list of Subcontractors has been approved by the Engineer.
Contractor shall submit qualification requirements as specified in these Specifications.
1.5 SHOP DRAWINGS, PRODUCT DATA, SAMPLES
Submittals
01330
-2-
A. Shop Drawings
1. Shop drawings include , but are not necessarily limited to, custom
prepared data such as fabrication and erection/installation drawings,
schedule information, setting diagrams , actual shop work manufacturing
instruction , custom templates, special wiring diagrams , coordination
drawings . Individual system or equipment inspection and test reports
including performance curves and certifications , as applicable to the work .
2 . All shop drawing shall be checked by the Contractor before submission to
the Eng i neer. The Contractor shall be responsible for their submission at
the proper time so as to prevent delays in delivery of materials. After
checking, the Contractor shall indicate the check by stamp and signature
on the shop drawings.
3 . The Contractor shall check all shop drawings regarding measurements ,
size of members , materials, and details to sat isfy himself that they
conform to the intent of the Contract Drawings and Specifications. Shop
drawings found to be inaccurate or otherwise in error shall be corrected
before subm ission to the Engineer. The Contractor shall coordinate and
check shop drawings preparation for compliance with the Contractor
Drawings and the General Provisions.
4. All details on shop drawings submitted for approval shall show clearly the
elevations of the various parts of the main members and lines of the
structure , and where correct fabrication of the work depends upon field
measurements , such measuremen t s shall be made and noted on the
drawings before being submitted for approval.
B. Product Data
1. Product data as specified in individual Sections , include, but are not
necessarily l imited to, standard prepared data for manufactured products
(sometimes referred to as catalog data), such as the manufacturer's
product specification and installation instructions , availability of colors and
patterns , manufacturer's printed statements of compliances and
applicabil ity, roughing-in diagrams and templates , catalog cuts, product
photographs, standard wiring diagrams , pri nted performance curves and
operational-range diagrams, production or quality control inspection and
test reports and certifications , mill reports, product operating and
maintenance instructions and recommended spare parts listing, and
printed product warranties , as appl icable to the work. All data specified
shall be in the Contractor's submittal.
2 . Complete data on motors and power factor correction capacitors.
3 . Complete wiring diagrams and schematics of each control panel,
controllers , control device, and operators station furnished under this
Section .
4 . Complete interconnection diagrams and riser-type diagrams of all power
and control systems showing interconnection wiring requirements between
Submittals
01330
-3-
all system components , motors, sensors , control panels, etc., including
connections to work of other sections. The interconnection/riser diagrams
shall reference conduits by the exact number detailed on the electrical
drawings and shall include condu it size and contents.
Where additional conduits or larger conduits are required over those
detailed on the electrical drawings, the supplier of the System shall detail
them in the shop drawings utilizing a numbering scheme similar to that
utilized on the electrical drawings.
5 . Changes required on the electrical drawings, instrumentation loops, and/or
conduit schedules due to the system furnished shall be fully documented
and cross-referenced to the affected sheets.
·c. Samples
Samples, as specified in individual sections, include , but are not necessarily
limited to, phys ical examples of the work such as sections of manufactured or
fabricated work, small cuts or containers of materials, complete units of
repetitively used products , color/texture/pattern swatches and range sets,
specimens for coordination of visual effect, graphic symbols, and units of work to
be used by the Engineer or Owner for independent inspection and test ing, as
applicable to the work .
1.6 CONSTRUCTION PHOTOGRAPHS
A. The term "photograph " as used herein refers to a photog raphic view , including
similar exposures taken to assure the usefulness of the photographic record . All
photographs shall be taken in color , no black and white.
B. The Contractor shall have ten (10) photographs of the existing facility or site
taken prior to start of construction . The same views shall be rephotographed
upon completion of all construction activ ities . In addition, ten (10) photographs
and videotape of Naylor Road and Martop Road in the vicinity of the Project site
will be required.
C . The Contractor shall have an average of ten (10) photographs per month made of
the work during its progress and twenty (20) photographs of the completed
facilities , in addition those required above in paragraph b. The _photographs shall
be of such views and taken at such times as the Owner directs .
D. Prior to construction of additions to existing structures, there shall be taken for
each existing structure a m i nimum of five (5) photographs to be used for
indicating the condition of existing structure. These photographs shall be in
addition to those specified above . Each of the existing structu res shall be clearly
defined in the photographs .
E. All photographic work shall be done by a qualified, established commercial
photographer acceptable to the Owner. Three prints of each photograph shall be
furnished promptly to the Engineer, and each print shall have a glossy finish and
be mounted on a substantial backing . The overall dimensions of each mounted
Submittals
01330
-4-
print shall be 8 x 10-in . with 1-1/4 in. flexible binding margin on the short left hand
side.
F. The film negatives shall be retained in the files of the photographer until the
completion of the project and shall then be turned over to the Owner. The
photographer shall release all copyrights or other restrictions on the use of the
photographic prints and film negatives . A cross-reference record shall be
maintained between the film negatives and the photographs .
G. Each photograph shall have attached to the cloth backing a paper label,
approximately 2-1/4 in. wide by 1-3/4 in . high containing hereon in neat lettering:
1. Contractor's name.
2. Short Description of View.
3. Photo No. and date taken. A camera which prints this data on the
photograph shall be used for printout.
4. Photographer's firm name .
1.7 CONTRACTOR 'S RESPONSIBILITIES
A . The Contractor shall review shop drawings , product data and samples prior to
submission to the Engineer to determine and verify , information including , but not
limited to the following:
1. Field measurements.
2 . Field construction criteria .
3. Catalog numbers and similar data.
4 . Conformance with the Specifications
B. Each shop drawings, working drawing , sample and catalog data submitted by the
Contractor shall have affixed to it the following Certification Statement, signed by
the Contractor.
"Certification Statement: By this submittal , I hereby represent that I have
determined and verified all field measurements , field construction criteria,
materials , dimensions , catalog numbers and similar data and I have checked and
coordinated each item with other applicable approved shop drawings and all
Contract requirements ."
C . Notify the Engineer in writing, at the time of submittal , of any deviations in the
submittals from the requirements of the Contract Documents.
D. The review and approval of shop drawings, samples, or catalog data by the
Engineer shall not relieve the Contractor from his responsibility with regard to the
fulfillment of the terms of the Contract. All risks of error and omission are
assumed by the Contractor and the Engineer will have no responsibility therefore.
Submittals
01330
-5-
E. No portion of the work requiring a shop drawing , working drawing, sample , or
catalog data shall be started nor shall any materials be fabricated or installed
prior to the approval or qualified approval of such item . Fabrication performed,
materials purchased or on-site construction accomplished which does not
conform to approved shop drawings and data shall be at the Contractor's risk .
The Owner will not be liable for any expense or delay due to corrections or
remedies required to accomplish conformity .
F. Project work, materials , fabr ication , and installation shall conform with approved
shop drawings, working drawings , applicable samples, and catalog data .
1.8 ENGINEER RESPONSIBILITIES
A . Review submittals with reasonable promptness and in accord with schedule , as
noted in Paragraph 1 .17 of this Specification .
B. Affix stamp and initials or signature , and indicate requirements for resubmittal or
approval of submittal.
C . Review the data for general conformity to the Plans and Specifications . Engineer
will comment on items called to his attention for approval or verification .
Approvals will be used on th is review and do not constitute a blanket approval of
substance , fit or function .
D. Engineer will check dimensions , samples , and deta i ls as a service to the Owner
and the Contractor. Any discrepancies found thus will be noted for verification by
the Contractor.
1.9 SUBMISSION REQUIREMENTS
A. Make submittals promptly in accordance with approved schedule and in such
sequence as to cause no delay in the work or in the work of any other
subcontractor. Delays in submittals may delay the Project.
B. Identify submittals as follows :
1. Number each transmittal by the section number for which it is being
submitted . Number transmittals in sequence for each section. For
example, Transmittal No . 15400-3 is the third transmittal for items and
work covered under section 15400.
2 . Identify resubmittals with a letter of the alphabet following the original
number, using A for the first resubmittal affecting transmittal 15400-3
would be numbered 15400-38. The number 15400-3A would then be
entered in the space "Previous Transmittal ", which is left blank except on
resubmittals.
C . Number of submittals required :
1. Shop Drawings and Product Data: Submit the number of copies as
required under Paragraph 1.14.
2 . Samples : Submit the number stated in each specification section .
Submittals
01330
-6-
D. Submittals shall contain:
1. Attached submittal form, filled out completely .
2. Field dimensions, clearly identified as such.
3. Relation to adjacent or critical features of the work or materials.
4 . Applicable standards, such as ASTM or Federal Specification numbers .
5 . Verification that products(s) and/or installation method(s) conform to
plans, including (where applicable): Kind , size, arrangement , finishes, and
operation of component materials and devices .
6. Verification that product(s) and/or installation method(s) conform to plans,
including (where applicable): Dimensions, orientation , appearance,
external connections and anchorages , i nstallation clearances.
7. Specific purpose or design conditions and adequacy to meet same :
Weights, dynamic load, supports required , operating characteristics.
8. Identification or coordination with other work, including items needed by
this trade , but furnished by others , and information needed by others to
perform their part .
9. Exceptions to or deviation from specified requirements, if any and reasons
for same .
10 . Delivery date .
a. This should be stated as a firm date of delivery, not measured
from approval of drawings to date of shipping. For this purpose,
the time taken by the Engineer to process data may be taken as
not exceeding the number of days specified herein.
b. The Contractor should determine that proposed delivery dates will
not cause delay or result in failure to complete the project on time.
c. No extension of time or waiver of liquidated damages will be
granted due to failure to deliver on time unless the Contractor
presents written evidence that favorable delivery is not obtainable
for an acceptance item.
ct. Such evidence will be considered as a basis for extension of time
only when presented promptly after award of contract.
11. Names, addresses and telephone numbers of relative subcontractor,
supplier, and manufacturer.
12. Identification of revisions and resubmittals.
13. A 5" x 5" blank space for the Engineer's review stamps.
Submittals
01330
-7-
14. Contractor's stamp, initialed or signed, certifying review of submittal,
verification of products, field measurements, and field construction criteria,
and coordination of the information within the submittal with requirements
of the work and of Contract Documents .
E. Do not use red for marking or signing submittals , use green.
1.10 RESUBMISSION REQUIREMENTS
A. Make any corrections or changes in the submittals required by the Engineer and
resubmit until approved.
B. Shop Drawings and Product Data:
1. Revise initial drawings or data, and resubmit as specified for the initial submittal.
2. Indicate any changes which have been made other than those requested by the
Engineer.
C. Samples : Submit new samples as required for initial submittal.
1.11 DISPOSITION OF SUBMITTALS
A . Afte r review the Engineer will return the specified number of copies to the
Construction Engineer with one of the following review comments.
1. Submittals marked "NO EXCEPTIONS TAKEN " shall be distributed for
construction and/or manufacture .
2. Submittals which do not comply with the Drawings or do not meet the
Specifications will be rejected. Only one copy of each item designated
"REJECTED " will be marked : other copies will be returned to the
Contractor unmarked.
3. Submittals designated "MAKE CORRECTIONS NOTED" shall have all
copies marked with corrections by the Engineer and shall be distributed
for construction and/or manufacture .
4 . When "REVISE AND RESUBMIT" or "SUBMIT SPECIFIED ITEMS " is
indicated on the shop drawings, the Contractor shall respond accordingly.
B. Any drawings submitted without the Contractor's approval will not be cons idered
and will be returned to the Contractor for proper submission.
1.12 ROUTING OF SUBMITTALS
Approval data and related correspondence shall be routed as follows . The term
Engineer refers to the Consulting Engineer designated by the Owner. The Owner is City
of Fort Worth .
A. Supplier to Contractor (through representative if applicable) for preliminary check.
Submittals
01330
-8-
B. Contractor to Owner for review and approval or comment.
C . Owner to Contractor for distribution or for resubmission.
D. Contractor to supplier.
1.13 ADDRESS FOR COMMUNICATIONS
A. Consulting Engineer
Jacobs Engineering Group Inc.
777 Main Street
Fort Worth , Texas 76102
Phone : (214) 920-8139
B . Contractor
Name __________ _ Job Add ress _________________ _
Firm ________________ _ Job Phone ____________ _
Address ____________ _
Cit y ----------------Phone _______________ _
1.14 NUMBERS OF COP IES REQUIRED
In accordance with Paragraph 1.11 , the Contractor shall subm it five (5) submittal copies
to the Owner's Representative for review and comment:
1.15 INCLUSION OF SUBMITTALS , SPARE PARTS AND SPECIAL TOOLS
A. The submittals of shop drawings, product data , samples , the operation and
maintenance manuals, special tools and spare parts as required in the Technical
Sections and Specifications , shall be considered as integral parts of the
equipment for which they are required.
No partial payments nor payments will be made for any materials or equipment
which require submission of shop drawings and/or operation and ma i ntenance
manuals, unless such submittals have been made , and the Engineer has found
them acceptable . No final payment will be made until all required shop drawings ,
operation and maintenance manuals, special tools , accessories and spare parts
have been submitted to the Engineer or delivered to the Owner, as is appropriate.
1.16 REPETITIVE REVIEW
A. Shop drawings and O&M manuals submitted for each item will be reviewed no
more than twice at the Owner's expense . All subsequenl reviews will be at the
Contractor's expense, based on the Engineer's then prevailing rates. The
Contractor shall reimburse the Owner for all such fees invoiced to the Owner by
the Eng ineer.
Submittals
01330
-9-
B. Any need for more than one resubmission, or any other delay in obtaining
Engineer's review of submittals , will not entitle Contractor to extension of the
Contract Time.
1.17 ENGINEER'S SUBMITTAL REVIEW TIME
A. Critical Path Items: The Engineer will review and return submittals into the United
States mail (first-class delivery) for all critical path designated items within 15
working days (Saturdays, Sundays and company holidays excluded) after their
receipt in his office.
B. Non-Critical Path Items : The Engineer will review and return submittals into the
United States mail (first-class delivery) for all non-critical path des ignated items
within 20 working days (Saturdays , Sundays , and company holidays excluded)
after their receipt in his office.
C. The Contractor shall plan his equipment purchases , construction schedule , and
submittals to accommodate this review period .
D. Review of final operation and maintenance manuals is not subject to the review
time specified above .
1.18 PAYMENT
The work specified in th is section shall be considered incidental and payment will be
included as part of the appropriate unit prices stated in the Proposal.
1.19 TRANSMITTAL FORM
All submittals shall be submitted with a transmittal form similar to what is illustrated in
Figure 01330-1 on the next page .
Submittals
01330
-10-
Jacobs Engineering Group Inc .
777 Main Street
Fort Worth, TX 76102
ATTN: Timothy Whitefield , P.E.
NAME OF PROJECT
SUBMITTAL TRANSMITTAL
CONTRACT NO. ----
Date Submitted Submittal No . __________ _ -------
Previous Submittal No. ______ _ Date Returned --------
( 1) List Items Being Submitted
Review on behalf of
Specification Plan
Section Sheet/s
Item
Action
--------------------------
Reviewed on behalf of Jacobs -----------------------
Submittals
01330
-11-
PART 1 -GENERAL
SECTION 02001
ARTICULATING CONCRETE BLOCK
1.1 SCOPE OF WORK
A. This item consists of furnishing and install ing an interlocking flexible
revetment system (cellular concrete blocks) in accordance with the lines ,
grades , design and dimensions shown on the plan and drawings and
specified herein.
1.2 REFERENCES
A. The publications listed below form a part of this specification to the extent
referenced. The publications are referred to in the text by the basic
designations only.
American Society for Testing and Materials (ASTM) Publications .
ASTM C 33-92
ASTM C 140-91
ASTM D 4268-93
Concrete Aggregates
Sampling and Testing Concrete Masonry Units
Testing Fiber ropes
U.S. Federal Highway Administration (FHWA) and U.S. Bureau of
Reclamation (USBR)
FHWA RD-89-199 Hydraulic Stability of Articulated Concrete
Block Revetment Systems During Overtopping
Flow.
1.3 DELIVERY, STORAGE AND HANDLING OF MATERIALS
A. Materials delivered to the site shall be inspected for damage , unloaded and
stored with the minimum of handling. Contractor may designate a storage
site at the project for materials to be delivered and stored prior to placement
if needed. Storage site to be approved by the Contracting Officer. Materials
shall not be stored directly on the ground and shall be kept free of dirt and
debris .
1.4 MEASUREMENT
A. Unit of measurement for the cellular concrete blocks shall be by the square foot
of surface area satisfactorily covered with the cellular concrete blocks.
Articulating Concrete Block
02001
-1-
1.5 PAYMENT
A. Unit of payment for acceptable cellular concrete blocks placed will be made at
the contract unit price per square yard for "Articulating Concrete Blocks ", which
price shall include costs of furnishing , hauling and placing the cellular concrete
blocks .
PART 2 -PRODUCTS
2.1 DESIGN CRITERIA
A. The interlocking flex i ble revetment system shall be as described herein known
as Channel Lock, or an approved equal design by the engineer. Hydraulic test
data and block performance according to FWHA-RD-89-199 will be required to
be submitted for approval by the Contracting Officer. The Channel Lock shall
be Class 550 with specifications that include dimensions of 15" x 15" with a 5 .5-
inch block thickness; specific weight of 130-150 pcf; compress ive strength of
4,000 psi, weight of 51 lbs per square foot, weight per block of 79 lbs ; and an
open area of 5%-7%.
2.2 CELLULAR CONCRETE BLOCKS
A. The cellular concrete blocks shall be octagonal shaped with i nterlocki ng
components four directional within a 16" module. Each component shall resist
horizontal movement when interlocked into adjacent blocks. (Interlock is
hereby defined as the inability to pull apart or separate when one component is
placed in conjunction with another component). The assembled blocks shall be
the open -cell type and have a void space of approximately 5-7% to allow for re-
vegetation .
1. Concrete Materials : The compressive strength of the concrete shall be a
minimum of 4000 PSI at 28 days. The core compressive strength shall
not be less than the minimum and test cores shall be tested at the
engineer's option. Test procedures shall be in accordance with ASTM C
140-91. Cores failing to meet the minimum compressive strength
requirements shall be cause for rejection of the represented lot by the
engineer.
2 . Aggregate: The aggregate shall meet the requirements of ASTM C 33-
92 , except for grading . Aggregate grading shall be reasonably consistent
and shall be well-graded from the maximum size which can be
conveniently handled with available equipment.
2.3 REVETMENT CABLE
A. The cellular concrete blocks shall be bound into mats by the use of polyester
revetment cables and fittings. Revetment cable shall extend through at least
one (1) tunnel , in both the lateral and longitudinal directions , in each block in a
manner that prov ides for binding of the cellular concrete blocks . The
Contractor shall provide a copy of the manufacturer's certificate for polyester
revetment cable .
Articulating Concrete Block
02001
-2-
2.5
1. Cable Requirements: Cable shall be constructed of high tenacity, low
elongation and continuous filament polyester fibers. Cables shall consist
of a core construction comprised of parallel fibers contained within an
outer jacket or cover. The weight of the parallel core shall be between 65
to 70 percent of the total weight of the cable. The revetment cable shall
have the following minimum physical properties:
Nominal Cable Diameter:
Approximate Strength Lbs.
Weight/ 100 feet
W'-20mm
3,700
Minimum -2.47
Maximum - 2 . 7 4
2. The revetment cable shall exhibit good to excellent resistance to most
concentrated acids, alkalis and solvents. Cable shall be impervious to
rot, mildew and degradation associated with marine organisms. The
materials used in the construction shall not be affected by continuous
immersion in fresh or salt water.
3. Selection of cable and fittings shall ensure a safe design factor for
mattresses being lifted from both ends, thereby forming a catenary.
Consideration shall be taken for the bending of the cables around hooks
or pins during lifting. Revetment cable splicing fittings shall be selected
so that the result splice shall provide a minimum of 75 percent of the
minimum rated cable strength. Fittings such as sleeves , stops and
washers shall be in accordance with manufacturer's recommendations
unless otherwise shown.
4. Elongation Requirements: Requirements listed below are based upon
stabilized new and dry cable. The tolerance of these values is plus or
minus 5 percent.
% Breaking Strength
Permanent Elongation 0 .7 1.8 2.6
(White Working)
Elastic Elongation 0.6 1.4 2.2
Total Stretch 1.3 3.2 4.8
FILTER FABRIC
A. The Contractor shall use woven monofilament geotextile by 51 Geosolutions, Inc.,
"Geotex 1 OF4 " or approved equal.
2.6 ACCEPTABLE MANUFACTURER'S
A. Pavestone Company
B. Contech Construction Products Inc.
C. Or Approved Equal
Articulating Concrete Block
02001
-3-
PART 3 -EXECUTION
3.1 FOUNDATION PREPARATION
A. Areas on which filter fabric and cellular concrete blocks are to be placed shall
be constructed to the lines and grades shown. The subgrade for the cellular
concrete blocks shall be free of voids , pits and depressions. Voids, pits and
depressions shall be brought to grade by backfilling in accordance with the
applicable portions of the SECTIONS 02200. Obstructions, such as roots and
projecting stones larger than 1-inch remaining on the surface, shall be removed
and the soft or low density pockets of material removed shall be filled with
selected material and compacted to plus or minus 95% proctor density.
1. Perimeter: Excavation and preparation for anchor trenches, side
trenches , toe trenches and aprons shall be done in accordance to the
lines, grades and dimensions shown on the plans.
2. Inspection: Immediately prior to placing the filter fabric and cellular
concrete blocks , the prepared area shall be inspected by the Contractor
and approved before the fabric or blocks are placed thereon.
3.2 INSTALLATION OF CELLULAR CONCRETE BLOCKS
A . Filter Fabric: Placement of filter fabric shall be installed in accordance with the
manufacturer's recommendations.
B. Placement of Cellular Concrete Blocks: Cellular concrete blocks shall be
placed within the lim its shown. The blocks shall be interlocked in a manner
which discourages any vertical displacement or horizontal movement. The
cellular concrete blocks shall be placed on the filter fabric in such a manner as
to produce a level surface . No more than 200 linear feet of filter fabric shall be
laid before covered with concrete blocks. Fabric installed more than two (2)
days not covered by blocks shall be lifted and the surface of the slope
inspected for slope defects. The Contracting Officer will require uncovered
fabric to be lifted after heavy rainfall to inspect damage . The manufacturer,
Contractor and Client shall discuss subgrade preparation , geotextile and
cellular block placement at the pre-construction meeting to ensure that all
parties are aware of the issues regarding installation. The manufacturer of the
cellular concrete blocks shall be present during the first week of block .
placement to assist the Contractor. The Contractor shall furnish a certificate
from the manufacturer or an authorized representative thereof stating that the
blocks were installed correctly. Final acceptance and approval of the
installation will be made by the Contracting Officer.
C . Quality Control: Equipment shall not be allowed on the installed concrete
blocks until topsoil is placed over the revetment system to refrain from breaking
or damaging any blocks .
D . Cables : Cables shall be provided for every concrete block at concrete
structures and tied to reinforcement. Fastening shall be with approved sleeves ,
fittings or fasteners according to the manufacturer's recommendations.
Arti c ulating Concrete Blo ck
02001
-4-
3.3 FINISHING
A. The voids of the cellular concrete blocks for the limits shown shall be filled with
topsoil, seed and fertilizer. At no time shall more than 500 linear feet of blocks
be exposed unturfed . Prior to turf placement, the blocks surface shall be
inspected for damage. Individual blocks which are cracked or broken shall be
replaced prior to the placement of turf.
3.4 CONTRACTOR QUALITY CONTROL
A. The Contractor shall inspect for compliance with contract requirements and
record the inspection of operations including but not limited to the following as
applicable :
1. Pr~paration of surface to receive cellular concrete blocks.
2 . Individual concrete blocks and filter fabric soundness and free of defects.
3. Cables and fittings -breaking strength.
4 . Assembly of cellular concrete blocks bound by cables to form cellular
concrete mattresses .
5 . Placement of blocks or mattresses and filter fabric on the prepared
subgrade .
END OF SECTION
Articulating Concrete Block
02001
-5-
PART 1 -GENERAL
SECTION 02200
SITE PREPARATION
1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment and services
required for clearing and grubbing, demolition, and removal and disposal of items as specified
herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE:
A. Section 02300 -Earthwork
B. Existing Conditions, Removal and Demolition Items.
PART 2 -PRODUCTS
2.01 No products are required to execute this work, except as the Contractor may deem necessary.
PART 3 -EXECUTION
3.01 CLEARING AND GRUBBING:
A. Clearing and grubbing shall consist of removing all natural and artificial objectionable
materials from the project site or from limited areas of construction specified within the
site.
B. In general, clearing and grubbing shall be performed in advance of grading and
earthwork operations and shall be performed over the entire area of earthwork
operations .
C. Unless otherwise specified on the plans, all trees and shrubs of three inch (3 ") caliper
or less (caliper is the diameter as measured twelve inches (12") above the ground) and
all scrub growth, such as cactus, yucca, vines, and shrub thickets, shall be cleared. All
dead trees, logs, stumps , rubbish of any nature, and other surface debris shall also be
cleared .
D. Buried material such as logs, stumps, roots of downed trees that are greater than one
and one half inches (1-1/2 ") in diameter, matted roots, rubbish, and foreign debris shall
be grubbed and removed to a minimum depth of twenty four inches (24") below
proposed finished grades.
E. Ground cover consisting of weeds, grass, and other herbaceous vegetation shall be
removed prior to stripping and stockpiling topsoil from areas of earthwork operations.
Such removal shall be accomplished by "blading" off the uppermost layers of sod or
root-matted soil for removal.
3.02 PAVEMENT REMOVAL:
SITE PREPARATION
02200
- 1 -
A. Bituminous and concrete pavements shall be removed to neatly sawed edges . Saw
cuts shall be full depth . If a saw cut in concrete pavement falls within three feet (3 ') of
an en existing sco re joint, construction joint, saw joint, cold joint, expansion joint, or
edge , the concrete shall be removed to that joint or edge . All saw cuts shall be parallel
and/or perpend icular to the line of existing pavement. If an edge of a cut is damaged
subsequent to saw cutting , the concrete shall again be sawed to a neat , straight line for
the purpose of removing the damaged area .
B. Concrete curb and gutter shall be removed as specified above. No sect ion to be
replaced shall be smaller than thirty inches (30 ") in length or width.
3 .03 UTILITIES REMOVAL : In general , those utilities on the site that are to be removed and that
belong to the Owner shall be removed by the Contractor. The Owner is responsible for
arranging the relocation or removal of other utilities owned by utility companies or other
parties .
3.04 MINOR DEMOLITION: There may be certain items on the site such as old building
foundations , fences , and other undetermined structures and improvements that must be
removed before construction can commence. Unless otherwise specified, such items become
the property of the Contractor for subsequent disposal.
3.05 USE OF EXPLOSIVES : The use of explosives will not be permitted in site preparation
operations .
3.06 BACKFILLING : All holes , cavit ies , and depressions in the ground caused by site preparation
operations will be backfilled and tamped to normal compaction and will be graded to prevent
ponding of water and to promote drainage . Should any excavat ed hole or cavity be required to
be left open over night, the Contractor shall be responsible to provide barriers and / or
coverings to enhance on site accident prevention measures .
3 .07 DISPOSAL OF WASTE MATERIALS:
A. Unless otherwise stated , materials generated by clearing , grubbing , removal, and
demolition shall be known as "waste" or "spoils" and shall be removed from the site
and disposed of by the Contractor at a site acceptable to the City's flood plain
administrator if within the City limits. Similar materials may be unearthed or generated
by earthwork operations or by subgrade preparation. Unless otherwise specified any
merchantable items become the property of the Contractor. See construction plans
general notes sheet for addit ional information regarding disposal of waste materials.
END OF SECTION
SITE PREPARATION
02 200
- 2 -
PART 1 -GENERAL
SECTION 02300
EARTHWORK
1.01 SCOPE: Work in this section includes furnishing all labor, materials, equipment, and services
required to construct, shape, and finish earthwork to the required lines , grades, and cross
sections as specified herein and on the plans.
1.02 RELATED WORK SPECIFIED ELSEWHERE
A. Section 02200 -Site Preparation.
B. Grading Plan : Refer to plan sheets.
1.03 METHOD OF PAYMENT: Earthwork is a necessary and incidental part of the work . The total
cost will be included in the Bid Proposal.
PART 2 -PRODUCTS
2 .01 UNCLASSIFIED EXCAVATION: Unclassified excavation shall consist of all excavation, unless
separately designated , within the limits of the work. Unclassified excavation includes all
material encountered regardless of its nature or the manner in which it is to be excavated .
2.02 UNCLASSIFIED FILL
A. Unclassified fill shall consist of all fill within the limits of the work. All suitable native
materials removed in unclassified excavation, or similar imported materials, shall be
used insofar as practicable as unclassified fill. Properly deposited, conditioned , and
compacted fill is hereinafter referred to as "earth embankment."
B. Rock: Minor quantities of rock not greater than four inches in greatest dimension are
permissible in fill materials used to construct earth embankment. Minor quantities of rock
of greater dimensions may be placed in the deeper fills in accordance with the State
Department of Highways and Public Transportation requirements for construction of rock
embankments, provided such placement of rock is not immediately adjacent to structures
or piers. Also , rock may be placed in the portions of embankments outside the limits of
the completed graded width where the size of the rock prohibits their incorporation in the
normal embankment layers.
2 .03 TOPSOIL
On-Site Topsoil : Topsoil shall consist of an average depth of six inches (6") of native surface soil
left in place after the ground cover of herbaceous vegetation and other objectionable matter has
been cleared by "blading," as specified in Section 02200, "Site Preparation." Topsoil may be
greater or less, than the upper six inches (6") in depth.
EARTHWORK
02300
- 1 -
2.04 IMPORTED FILL
A. Imported fill materials shall be used for the construction of earth embankment in the
event that ( 1) the volume of unclassified excavation is less than the volume of fill
required for earth embankment and/or (2) the condition of materials removed in
unclassified excavation makes them unsuitable for use in the construction of earth
embankment.
B. The Contractor shall haul and place imported fill obtained from off-site sources as
necessary to construct the embankment and various other details of the construction
plans. All costs related to such imported fill will be included in the contract price , and no
additional or separate payment for imported fill will be due the Contractor.
C. A sample of the proposed imported fill must be provided by the Contractor and be
approved by the Owne r . In general , imported material must be equal to or better than
native material in quality and engineering characteristics. The Architect/ Engineer may
also require the Contractor to provided a material analysis test of the proposed fill.
2.05 SELECT MA TE RIALS
A. Select materials shall be imported from offsite sources, unless they are available from
specifically designated areas on the site as marked on the plans.
2 .06 UNSUITABLE MATERIALS
A. Topsoil , select material, imported fill , or unclassified fill will be declared as "'unsuitable"
by the Owner if, in his opinion , any of the following conditions or matter and particles are
present to a degree that is judged detrimental to the proposed use of the material.
1. Moisture
2. Decayed or undecayed vegetation
3. Hardpan clay, heavy clay, or clay balls
4 . Rubbish
5. Construction rubble
6. Sand or gravel
7. Rocks , cobbles, or boulders
8. Cementious matter
9. Foreign matter of any kind
B. Unsuitable materials will be disposed of as "waste" as specified in Section 02200 .
C . Wet Material : If fill material is unsatisfactory for use as embankment solely because of
high moisture content, the Architect/Engineer may grant the Contractor permission to
process the material to reduce the moisture content to a usable optimum condition.
PART 3 -EXECUTION
3.01 SITE PREPARATION : In general , "site preparation ," as specified in Section 02200, shall be
performed in advance of grading and earthwork operations and shall be completed over the
entire area of earthwork operations .
EARTHWORK
02300
-2 -
3.02 TOPSOIL
A. The removal and storage of topsoil shall occur after site preparation is complete and
before excavation and embankment construction begin . Likewise, topsoil will be
replaced after excavation and embankment construction are complete.
B . Removal : Topsoil shall be stripped to an average depth of six inches (6") from areas
where excavation and embankment construction are planned . Topsoil may be obtained
from greater depths if it is uncontaminated by the substratum and it is of good quality, in
the opinion of the ArchitecUEngineer.
C. Storage: Topsoil shall be stored in stockpiles conven iently located to areas that will later
receive the topsoil. Stockpiles shall be out of the way of earthwork operations in
locations approved by the Owner or ArchitecUEngineer. Stored topsoil shall be kept
separate from other excavated materials and shall be protected from contamination by
objectionable materials that would render it unsuitable.
D . Timing: Topsoil will not be replaced (deposited) until construction activities are complete
that would create undesirable conditions in the topsoil , such as overcompaction or
contamination. Trenching for items such as electrical conduit and irrigation pressure
lines must be complete before topsoil replacement may begin .
D . Replacement: Topsoil will be deposited in a single layer or lift . It will be placed,
processed, compacted, and graded to leave a finished layer of topsoil not less than five
inches in depth. Unless otherwise indicated , topsoil will be replaced over all areas of
earthwork (including slopes), except where pavement is planned.
F. Grading: Topsoil will be final graded to the elevations shown on the plans . Fine grading
will be accomplished with a weighted spike harrow, weighted drag, tractor box blade,
light maintainer, or other acceptable machinery. All particles of the finish grade shall be
reduced to less than one inch in diameter or they shall be removed . All rocks of one inch
or greater shall also be removed . Grading operations and equipment will be such that
topsoil does not become overcompacted . Bulldozer blades and front-end loader buckets
are not acceptable devices for topsoil grading operations. Final grading within five feet
of constructed or installed elements shall be hand raked .
G . Acceptability: Finished areas of topsoil are satisfactory if they are true to grade, true in
plane, even in gradient (slope), uniform in surface texture , and of normal compaction.
Areas of loose granular pockets or of overcompacted soils are not acceptable and will be
reworked. Finished areas will promote surface drainage and will be ready for turfgrass
planting.
3.03 UNCLASSIFIED EXCAVATION
A. All excavated areas shall be maintained in a condition to assure proper drainage at all
times, and ditches and sumps shall be constructed and maintained to avoid damage to
the areas under construction.
B. Surplus Material:
1. Surplus excavation is that quantity of material that may be left over after the
grading plan is executed, and all earthwork operat ions, including excavation ,
EARTHWORK
02300
-3 -
embankment construction, topsoil replacement, and final grading, are completed .
Any other surplus material shall be disposed of as "waste" as specified in Section
02200 . All such cost for removal shall be considered as incorporated into
Earthwork costs
C. Excavation in Rock: The use of explosives will not be permitted . Unless otherwise
indicated on the plans , excavation i n solid rock shall extend six inches (6 ") below
requ ired subgrade elevation for the entire width of the area under construction and shall
be backfilled with suitable materials as indicated on the plans.
3 .04 EARTH EMBANKMENT
A. Earth embankment is defined as embankment composed of suitable materials removed
in unclassified excavation and/or i mported fill. The construction of embankment includes
preparing the area on ~hich fill is to be placed and the depositing, condit ioning, and
compaction of fill material.
B. General : Except as otherwise required by the plans , all embankment shall be
constructed in layers approximately parallel to the finished grade of the graded area , and
each layer shall be so constructed as to provide a uniform slope as shown on the
grading plan. Embankments shall be constructed to correspond to the general shape of
the typical sections shown on the plans, and each section of the embankment shall
correspond to the detailed section or slopes established by the drawings. After
completion of the graded area , embankment shall be continuously maintained to its
finished section and grade until the project is accepted .
C . Preparation : Prior to placing any embankment, all preparatory operations will have been
comp leted on the excavation sources and areas over which the embankment is to be
placed . The subgrade shall be proof rolled to detect soft spots, which if exist, should be
reworked . Proof rolling shall be performed using a heavy pneumatc tired roller, loaded
dump truck , o r simi lar piece of equipment weighing approximately twenty five (25) tons
except as otherwise specified for tree protection and areas inaccessible to vehicular
compactors . Stump holes or other small excavations in the limits of the embankments
shall be backfilled with suitable material and thoroughly tamped by approved methods
before commencing embankment construction . The surface of the ground, including
plowed , loosened ground, or surfaces roughened by small washes or otherwise, shall be
restored to approximately its original slope by blading or other methods , and, where
ind icated on the plans or required by the Owner, the ground surface , thus prepared , shall
be compacted by sprinkling and rolling.
D . Scarification : The surface of all areas and slopes over which fill is to be placed, other
than rock , shall be scarified to a depth of approximately six (6 ") inches to provide a bond
between the exist ing surface and the proposed embankment. Scarification shall be
accomplished by plowing , d iscing , or other approved means. Prior to fill placement, the
loosened material shall be adjusted to the proper moisture content and recompacted to
the density specified herein for fill.
E. Benching: Scarification is normally adequate for slop ing surfaces. However, in certain
cases where fill is to be placed against hillsides or existing embankment with slopes
greater than 4 : 1, the Owner may direct the Contractor to key the fill material to the
existing slopes by benching. A minimum of two feet (2') normal to the slope shall be
EARTHWORK
02300
-4 -
removed and recompacted to insure that the new work is constructed on a firm
foundation free of loose or disturbed material.
F. Depositing : Fill material shall be placed in horizontal layers or lifts , evenly spread, not to
exceed eight (8 ") inches in loose depth before conditioning and compaction. Unless
otherwise permitted, each layer of fill material shall cover the length and width of the
area to be filled and shall be conditioned and compacted before the next higher layer of
fill is placed. Adequate drainage shall be maintained at all times .
G. Watering : At the time of compaction , the moisture content of fill material shall be such
that the specified compaction will be obtained , and the fill will be firm , hard, and
unyielding . Fill material which contains excessive moisture shall not be compacted until
it is dry enough to obtain the specified compaction.
H. Compacting: Each layer of earth fill shall be compacted by approved tamping or
sheepsfoot rollers, pneumatic tire rollers, or other mechanical ineans acceptable to the
Owner. Hand-directed compaction equipment shall be used in areas inaccessible to
vehicular compactors.
I. Grading: Embankments shall be constructed in proper sequence and at proper
densities for their respective functions. All embankment serves in one capacity or
another as subgrade (e.g., under topsoil , under concrete and asphalt pavement,
under structures, etc.). Accordingly, the upper layer of embankment shall be
graded to within plus or minus 0 .10 foot of proper subgrade elevation prior to
depositing topsoil, and prior to the construction of pavements, slabs, etc.
3.05 DENSITY CONTROL
A. Earth Embankment in General : Earth embankment shall be compacted in lifts at a
minimum of ninety-five percent (95%) of Standard Density ASTM D698 with plus or
minus two percent (2%) percentage points of optimum moisture content.
B. Earth Embankment Under Structures and Pavement: The top six (6 ") inches of natural
earth comprising the subgrade for structural slabs or for areas of pavement shall be
ninety five percent (95%) of Standard Density ASTM D698 with the moisture content at
four percent (4%) above optimum moisture content.
3.06 MOISTURE MAINTENANCE: The specified moisture content shall be maintained in all
embankments that are to function as subgrade for structures , areas of pavement, or for select
embankn:ient. After completion of the embankment , the Contractor shall prevent excessive loss
of moisture in the embankment by sprinkling as required . Loss of moisture in excess of two
percent (2%) below optimum in the top twelve inches (12 ") of the fill will require that the top
twelve inches (12 ") of the embankment be scarified, wetted, and recompacted prior to
placement of the structure, select fill or pavement. If desired, the Contractor may place an
asphalt membrane of emulsified or cutback asphalt over the completed embankment and thus
eliminate the sprinkling requirement.
3.08 TOPSOIL REPLACEMENT: Topsoil shall be carefully placed to avoid any displacement or
damage to the subgrade. If any of the subgrade is rutted, damaged or displaced it shall be
restored prior to placing topsoil. Topsoil shall be replaced as specified herein per Item 3.02 .
END OF SECTION
EARTHWORK
02300
-5 -
PART 1 -GENERAL
1.1 SECTION INCLUDES
SECTION 02350
PERMANENT TRANSITION MATS
(SCOURSTOP TM)
A. Permanent Transition Mats used in conjunction with integral soil anchors
and the appropriate soil cover(s) provide scou r and erosion protectio n
preventing soil and vegetat ion loss resulting from excessive water flow
(velocity and shear stress).
1.2 RELATED SECTIONS
A. Section [02200] -[Site Preparation]
B. Section [02300] -[Earthwork]
1.3 UNIT PRICES
A. Method of Measurement: By the square ya rd (or square meter -as indicated in
contract documents) including seams , overlaps, and wastage .
B. Basis of Payment: By the square yard (or square meter -as indicated in contract
documents) installed .
1.4 REFERENCES
A. American Society for Testing and Materials (ASTM):
1. D 792 , method A-Standard Test Methods for Density and Specific
Gravity
(Relative Densi ty) of Plastics by Displacement
2 . D 4355 -Standard Test Method for Deterioration of Geotextiles by
Exposure to Light , Moisture and Heat in a Xenon Arc Type Apparatus
3 . D 4595-Standard Test Method for Tensile Properties of Geotextiles by
the Wide-Width Strip Method
4. D 6460 -Standard Test Method for Determination of Rolled Erosion
Control Product (RECP) Performance in Protecting Earthen Channels
from Stormwater-lnduced Erosion
5 . D 6525 -Standard Test Method for Measuring Nominal Thickness of
Permanent Rolled Erosion Control Products
6. D 6566 -Standard Test Method for Measuring Mass Per Unit Area of Turf
Reinforcement Mats
7. D 6818 -Standard Test Method for Ultimate Tensile Properties of Turf
Reinforcement Mats
PERMANENT TRANSITION MATS
02350
-1 -
B. Geosynthetic Accreditation Institute (GAi) -Laboratory Accreditation Program
(LAP).
C. American Association of State Highway and Transportation Officials (AASHTO)
D. National Transportation Product Evaluat ion Program (NTPEP).
1.5 DEFINITIONS
A. Minimum Average Roll Value (MARV): Property value calculated as typical minus
two standard deviations. Statistically, it yields a 97.7 percent degree of
confidence that any sample taken during quality assurance testing will exceed
the value reported .
B. Typical Value : Physical property value referred to as average , mean or "target"
value. Also referred to as the statistical average value .
1.6 SUBMITTALS
A. Submit under provisions of Section [1300] [Submittals]:
1. Certification: The contractor shall provide to the Engineer a certificate
stating the name of the manufacturer, product name , style number,
chemica l composition of the filaments or other pertinent information to
fully describe the Transition Mat (TM). The Certification shall state that
the furnished TM meets or exceeds the MARV requirements of the
specification as evaluated under the Manufacturer's quality control
program. A person having legal authority to bind the Manufacturer shall
attest to the Certification .
2. The Contractor shall submit five (5) copies of the manufacturer's data,
specifications , samples and a list of previous project installations of a TM .
3 . The contractor shall submit a manufacturer's certification that the
proposed material complies with the requirements specified herein and
are suitable for the intended purpose .
4 . No material shall be shipped to the Project Site until the manufacturer
certification is submitted to and approved by the Engineer.
5. The contractor and/or the engineer shall meet with a manufacturer's
representative on site prior to beginning installation . A letter shall be
submitted prior to installation that this meeting has occurred and any
concerns about the installation procedures have been addressed.
6. Alternative products to be submitted as an equal to the specified product
w ithin this specification will require the following minimum documentation :
Performance data (Permissible Velocity and Permissible Shear Stress)
for full scale flume testing along with corresponding soil loss data in a day
one and fully vegetated state . Said data must be developed by
independent third party testing from a recognized testing facility . For
culvert applications , demonstrated prototype culvert outfall testing with
appropriate velocities shall also be provided . A written statement
describing any noncompliance items of the alternative product should be
included in the submittal.
PERMANENT TRANSITION MATS
02350
-2-
1.7 QUALITY ASSURANCE
A. Manufacturer Qualifications:
Manufacturer's shall maintain a written Quality Assurance policy.
1.8 DELIVERY, STORAGE AND HANDLING
A. Product labels shall clearly indicate the manufacturer or supplier name and
product name.
B. Each TM pallet shall be wrapped with a material covering that will protect the TM
from damage due to shipment, sunlight, and storage.
C . During storage, TM panels shall be adequately covered to protect them from the
following: site construction damage, extended ultraviolet radiation, chemicals that
are strong acids or strong bases, flames including welding sparks, excessive
temperatures, and any other environmental conditions that may damage the
physical property values of the TM.
PART 2 -PRODUCTS
2 .1 Manufacturer
A. Leggett & Platt, Inc
dba Hanes Geo Components
615 Westport Parkway Suite 300
Grapevine, Texas 76051
1-800-251-1008
www.hanesgeo.com
B . Substitutions: Manufacturers others than those noted above should be a
member of the International Erosion Control Association (IECA) and gain
engineer approval 30 days prior to bid date.
2.2 MATERIALS
1. The TM shall be Scourstop manufactured for the purpose of permanent scour
protection and erosion control in high stress or flow areas. The TM shall be made
from 100% synthetic material (high density polyethylene) and contain no
biodegradable or photodegradable components or materials. The TM shall
contain a minimum of 15% HDPE recycled content as measured by mass per
unit area.
2. The TM shall be a dimensionally stable and resilient mat providing mechanical
protection for soil covers that hold soil particles and sediment in place. The TM
shall provide permanent, uniform adherence of the soil covers to the soil profile .
It shall have 50% open space available for vegetative establishment.
3. The TM shall be a semi-rigid mat which provides impact resistance and high
tensile strength . When anchored the TM maintains intimate soil contact while
providing a minimum of 40 lbs of holding capacity per square foot to resist uplift
forces due to high velocity.
PERMANENT TRANSITION MATS
02350
-3 -
4 . The TM shall meet the requirements of Table 1. Proposed equals must be
approved by the engineer a minimum of 30 days prior to bid date. Test results
documenting that the transition mat has been tested under controlled flow
conditions for hydraulic performance characteristics in accordance with ASTM D-
6460 must be submitted along with the manufacturer's certification that the TM's
design and components meet or exceed all of the requirements set forth in this
specification .
TABLE 1 -PERMANENT TRANSITION MAT
Property Test Method Units Value (MARV
or Typical)
Physical
Mass/Unit Area ASTM D 6566 lb/sf 0.93 MARV
Thickness ASTM D 6525 inches 0.437 MARV
Wide Width Tensile ASTM D4595 lb/ft 2600 MARV
(MD/TD)
Percent Open Area Calculated % 50 Typical
Density/Specific ASTM D 792 g/cm3 0.938 MARV
Gravity Method A
UV Stab ility ASTM D 4355 % 90 MARV
Performance
Velocity Flume Testing 1 ft/sec 19.0
Day 1 Performance ASTM D-6460 31.0
Fully Vegetated
Shear Flume Testing 1 lb/ft2 13 .0
Day 1 Performance ASTM D-6460 16.0
Fully Veqetated
Culvert Outfall Test Prototype fps 16
Exit Velocity cfs 90
Discharqe
... A cce pta bl e fac1l1t1 es includ e Uta h State Unive rs ity, Colorado State Unive rsity
2.3 ACCESSORIES
A . Anchoring Devices
1. The anchoring devices for the TM are an integral component of the
Scourstop system . The soil anchors shall be a polymer material molded
into a bullet tip . It shall be 2 inches long by 1 inch wide with a .0495 inch
diameter opening lengthwise through the anchor. The anchors shall be
connected w ith a pre-attached tether extending up to 36 inches.
2. Tether strapping material shall be % inch wide polypropylene material
with a m inimum tensile strength of 700 pounds.
3 . Double Lock Washers shall be a flanged bushing type device with a
diameter of 2. 75 inches . The washer shall be .5 inches in height and fully
PERMANENT TRANSITION MATS
02 350
-4-
recess into the TM openings leaving only .125 inches above the transition
mat. The washer shall also employ a double lock mechanism that
attaches to the tether and bullet anchor.
B. Soil Covers
1. Soil covers util ized underneath the transition mat shall be in accordance
w ith the soil cover(s) manufacturer's recommendation and shall be
appropriately selected for the given application and soil conditions
present. Typica l soil cove rs may be turf reinforcement mats, geotextiles,
sod or a combination of these materials .
PART 3 -EXECUTION
3.1 PREPARATION
A. The installation site shall be prepared by clearing, grubbing, and excavating or
filling the a rea to the design grade .
B. The surface to receive the soil cover(s) and TM shall be prepared to relatively
smooth conditions free of obstructions, depressions, debris and soft or low
density pockets of material. The material shall be capable of support ing a
vegetat ive cover.
C. Erosion features such as rills , gullies , etc . must be graded out of the surface
before the soil cover(s) and TM deployment. Smooth roll drum compaction may
be requ ired before deploying the soil cover and TM to make sure they maintain
intimate contact with the soil.
D. Anchor trenches, termination trenches and longitudinal anchor trenches for the
chosen soil cover material shall be installed per manufacturer's
recommendations .
E. Where appropriate, use 1' wide t ransition mat stri ps for intermediate check slots
at 20 -25 ft interva ls perpendicular to channel flow direction along the soil cover(s)
apron past the termination of the TMs. The TM check slot panels should be
anchored on 1' centers with the 36 " bullet anchors .
F. Prior to final placement of the transition mat and soil cover (s) the prepared
surface should be inspected and approved by the Engineer.
3.2 INSTALLATION
A . Soil cover(s) and TMs are shown on the drawings to depict the locations and
port ions of the work where they are to be installed. The transition mats shall be
placed on the soil cover(s) in such a manner as to produce a relatively planar
surface .
B. Each transition mat shall be placed longitudinally end to end (overlapped when
appropriate) in the configurat ion specified so as to incur minimal waste. All
placement of TM panels shall be in accordance with the manufacturer's
PERMANENT TRANSITION MATS
02 35 0
-5-
recommendations and the Contractor's approved shop drawings unless
otherwise specified by the Engineer.
C . When overlapping successive TM panels , the panels shall be overlapped
upstream over downstream, and/or upslope over downslope. Each TM panel
shall be secured to the soil cover(s)and ground with bullet anchors driven 12" to
36 " deep as per manufacturer's recommendation .
D. Install bullet anchors at the recommended rate based upon manufacturer's
requirements for engineered hydraul ic events and different soil types (cohes ive
or non cohesive). Always anchor through both panels at the edges when
overlapping panels . Additional anchors may be needed to fully conform the mats
to the soil profile .
E. Care shall be taken during installation so as to avoid damage occurdng to the soil
cover(s) and the TM as a result of the installation process . Should the soi l
cover(s) material be damaged during installation , a soil cover(s) patch shall be
installed extending 3' beyond the perimeter of the damaged area . New TM
panels and anchors shall be placed over the damaged area when the damaged
TM material cannot be reused .
F. The designated soil cover(s) material shall always be installed under the
transition mats and may extend downstream of the TM panels the distance and
width specified for each location in the plans. Soil cover(s) shall be installed both
per the manufactu rer's specifications and per the t ransition mat specifications .
G . Alternative installation methods must be approved by the Engineer prior to
execution .
H. Broadcast seed and fertilizer over and under the soil cover(s) and TMs when
appropriate .
I. Apply supplement al water over the area as directed by site personnel during the
initial germination stage to help ensure vegetative establishment and cover.
J . The soi l cover(s) apron should not be mowed until there is dense vegetation and
should be mowed to no less than a 6 " depth in the initial growing season .
END OF SECTION
PERMANENT TRANSITION MATS
02350
-6-
PART 1 -GENERAL
1.01 SCOPE OF WORK
A. Concrete Sidewalk
B. Concrete Ramps
SECTION 03300
CAST-IN -PLACE CONCRETE
C. Concrete Walls and Footings
1.02 QUALITY ASSURANCE
Reference Specifications: The work under this division of the Specifications shall
conform generally to the requirements of Item 314 -"Concrete Pavement", Item 406 -
"Concrete for Structures", and Item 410 -"Concrete Structures" of the City of Fort
Worth's Standard Specifications for Street and Storm Drain Construction.
PART 2 -MATERIALS
2.01 FORMS
Forms shall be of ample strength, adequately braced , joined neatly and tightly and set
exactly to established line and grade.
2.02 REINFORCING MATERIALS
Reinforcing Bars: Reinforcing bars shall be round deformed bars meeting the
requirements of the current standard Specifications for Intermediate Grade Billet Steel
Concrete Reinforcing Bars of the A.S .T.M. Designation A-615 , unless otherwise noted
on the drawings. Reinforcing bars at the time the concrete is placed shall be free from
rust, scale or other coatings that will destroy or reduce the bond. General reinforcing
bars shall be number three bars spaced 18 inches on center in walks and 12 inches in
slabs as shown on Plans.
2.03 CONCRETE MATERIALS
A. Cement: Portland cement shall meet the requirements of A.S.T .M. Specifications
Designation C-150 and shall be Type 1, unless otherwise noted on the drawings .
B. Aggregates: Concrete aggregates shall consist of gravel or crushed stone and
shall be free from any excess amount of salt, alkali, vegetative matter or other
objectionable materials. The aggregate shall be well graded from fine to course
and the maximum size shall be one inch. Fine aggregate shall consist of sand
C. Water: Water used in mixing concrete shall be clean and free from deleterious
amounts of acids, alkalies, vegetative matter or organic material. The concrete
shall be mixed in an approved batch mixer. The mixing time shall not be less
than one minute after all the batch materials are in the mixer. Cement content
shall be not less than five sacks per cubic yard of concrete and shall have a
minimum 28 day compressive strength of 3,000 psi.
CAST-IN-PLACE CONCRETE
03300
-1 -
D . Mixing: Transit mixed concrete shall meet all the requirements for concrete as
specified above . Sufficient transit mix equipment shall be assigned exclusively to
t he project as required for continuous pours at regular intervals without stopping
or interrupting . Concrete shall not be placed on the job after a period of 1 1 /2
hours after the cement has been placed in the mixer.
2.04 RELATED MATERIAL
A . Expansion Joint Filler: Expansion joint material shall be one inch clear heart
redwood with cap and paved cross section as shown on the plans
B. Dowels : Dowels for expansion joints shall be number four smooth round steel
bars with expansion tubes as shown on Plans . Dowels shall be placed eighteen
inches on center or as shown on Plans.
C. Curing Compound : The membranous curing compound shall comply with the
requirements of A.S.T.M ., Designation C-309, Type 2 , white pigmented .
D. PVC Sleeves : The Contractor shall furnish and install four inch class 200 PVC
pipe sleeves under concrete walk as shown on plans and deta ils.
2 .05 CONCRETE MIX DESIGN AND CONTROL
A . Mix Design : The concrete shall contain not less than five sacks of cement per
cubic yard . Total water shall not exceed seven gallons per sack of cement. The
mix shall be uniform and workable. The amount of course aggregate (dry-loose
volume) shall not be more than 85 percent per cubic yard of concrete .
The net amount of water will be the amount added at the mixer plus the free
water in the aggregate or minus the amount of water needed to compensate for
absorption by the aggregates. Free water or absorption determinations will be
based on the condition of the aggregates at the time used. The absorption test
will be based on a thirty minute absorption period . No wate r allowance will be
made for evaporation after batching.
B. Slump : When gauged by the standard slump test, the settlement of the concrete
shall not be less than 3 inches nor more than 5 inches, unless otherwise
indicated.
C. Quality: The concrete shall be designed for a minimum compressive strength of
3,000 pounds per square inch at the age of twenty-eight days using a 5 sack mix,
unless otherwise noted on the drawings .
D. Control-Submittal : W ithin a period of not less than ten days prior to the start of
concrete operations , the Contractor shall submit to the Engineer a design of the
concrete mix proposed to be used together with samples of all materials to be
incorporated into the mix and a full description of the source of supply of each
material component. The design of the concrete mix shall conform with the
provisions and limitation requirements of these specifications. All material
samples submitted to the Engineer shall be sufficiently large to permit laboratory
CAST-IN-PLACE CONCRETE
03300
-2 -
batching for the construction of test beams to check the adequacy of the design .
When the design mix has been approved by the Engineer, there shall be no
change or deviation from the proportions thereof or sources of supply except as
hereinafter provided. No concrete may be placed on the job site until the mix
design has been approved by the Engineer in writing to the Contractor.
PART 3 -EXECUTION
3.01 REINFORCING
Metal reinforcing shall be accurately placed in accordance with the Plans and shall be
adequately secured in position by concrete, metal, or plastic chairs and spacers. Bar
splices shall overlap at least twelve inches. The re-bars shall be bent cold.
3 .02 JOINTS
A. Expansion Joints: Expansion joint materials shall be installed perpendicular to
the surface. The bottom edge of the material shall extend to or slightly below the
bottom edge of the slab and the top edge shall be held approximately 1/2 inch
below the surface of the slab. The edge of joints shall be tooled with an edging
tool having a 1/2 inch radius.
B. Contraction Joints: Contraction joints shall be 1 /4 inch wide by 3/4 inch deep,
tooled joints placed on six foot centers, unless otherwise indicated. Contraction
joints will not be required to be sealed. Sawed joints may be allowed only if
specifically approved by the Engineer. Joints will be sawed as soon as sawing
can be performed without stripping aggregate from the concrete, generally within
twelve to twenty-four hours after placement, and they shall be completed before
uncontrolled cracking of the pavement takes place.
C. Construction Joints: Construction joints shall be installed in all concrete work at
the locations shown on the Plans. Construction joints formed at the close of
each day's work shall be located at any of the control joints designated on the
Plans. Joints may be constructed by use of wood or preformed metal bulkheads
set true to the section of the finished concrete and cleaned and oiled. Surplus
concrete on the subgrade shall be removed before resum ing concreting
operations.
3 .03 PLACING CONCRETE
Placement of Concrete: The concrete shall be rapidly deposited on the subgrade
immediately after mixing is completed. Subgrade and forms sha ll be dampened prior to
placement of the concrete . The concrete shall be transported, placed and spread in
such a manner as to prevent segregation of the aggregate or an excess amount of water
and fine materials to be brought to the surface . No concrete shall be placed when the
air temperature is less than forty degrees Fahrenheit or when the temperature of the
concrete is eighty-five degrees Fahrenheit or higher, without approval of Construction
Inspector.
Placement shall be carried on at such a rate that the concrete is at all times plastic and
flows readily into the space between the bars. No concrete that has partially hardened
or that has been contaminated by foreign material shall be deposited in the work nor
CAST-IN-PLACE CONCRETE
03300
- 3 -
shall retempered concrete be used . Each section of pavement between expansion and
construction joints shall be placed monolithically.
All concrete shall be thoroughly compacted by suitable means during the operation of
placing and shall be thoroughly worked around reinforcement and embedded fixtures
and into the corners of the forms . Special care shall be taken to prevent voids and
honeycombing. The concrete shall then be struck off and bull-floated to the grade
shown on the Plans before bleed water has an opportunity to collect on the surface.
3 .04 FINISHING
All concrete shall be finished by experienced , qualified concrete finishers . All concrete
shall have a neat, rounded edge. Edging and jointing (radius described on Plans) shall
be accomplished with care so as not to leave deep impressions in the concrete surface
adjacent to edges and joints. After the concrete has been floated and has set sufficiently
to support the weight of cement finishers , a smooth steel trowel will be used to produce
hard surface . The entire surface will then be brushed with a stiff bristle broom to
produce a uniform textured finish. All edges and sides of concrete exposed to view shall
be free of warp and blem ishes with a uniform texture and smoothness as described in
Plans .
3 .05 CURING
Curing Compound : Immed iately after the finishing operations , the concrete shall be
completely covered with a curing compound . The concrete surface shall be kept moist
between fin ishing operations and the application of the curing compound . The curing
compound shall be applied under pressure by means of a spray nozzle at a rate not to
exceed 200 square feet per gallon. A minimum of 72 hours curing time will be required .
3.06 CONCRETE WALLS
A. Placing Concrete
1. Where tremies are used, or where the free drop is 5'-0" or more, and
through reinforcement , use a dump i ng box or board, moving the concrete
therefrom by shovels or hoes.
2. Deposit concrete so that the surface is kept level throughout, a minimum
being permitted to flow from one position to another, and place as rapidly
as practicable after mixing .
3. Do not use in this Work any concrete not placed within 30 minutes after
leaving the mixer.
4 . Thoroughly work concrete around reinforcement and embedded fixtures ,
and into corners of forms , duri ng placing operations .
5. Completely compact with tamping poles and by tapping forms until the
concrete is thoroughly compact and w ithout voids . Determine the number
of tampers needed by the amount and method of placing concrete.
6 . Exercise care to tamp concrete vigorously and thoroughly to obtain
maximum density .
7 . Use manual tampers as well as mechanical vibrators.
a . Exercise care to direct the quick handling of vibrators from one
position to another.
b. Do not over-vibrate concrete .
c. Do not move concrete by use of vibrator.
CAST-IN-PLACE CONCRETE
03300
- 4 -
B. Finishing
1. All formed surfaces exposed to view shall have a smooth form finish.
3.07 PROTECTION
After concrete is placed, finished and cured as required, permit no traffic thereon for
three days thereafter and further protect the surface from damage due to other causes.
END OF SECTION
CAST-IN-PLACE CONCRETE
03300
- 5 -
07 -CONTRACTS, BONDS AND INSURANCE
7.1 -Certificate of Insurance
7.2 -Contractor Compliance With Workers' Compensation Law
+wd C onfli c t of lt1terest Qt1estiot1nai r 0 _.
7 .4 -Performance Bond
7.5-Payment Bond
7 .6 -Maintenance Bond
7.7 -City of Fort Worth Contract
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended , Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Engineering No .6628 and City of Fort Worth Project No . P227
541200 204280136383.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
Conatser Construction TX, LP
By ~~-~~--~
Name : Jerry Conatser, President of
Conatser Ma nagement Group, Inc, G .P.
Title :-----------
Date : -----------
Before me, the undersigned authority , on this day personally appeared J .err,/ Co nAfs:9 c , known to me to be the person whose name is subscribed to the
foreboing instrument, and acknowledged to me that he executed the same as the act and deed
of Conatser Construction TX, LP for the purposes and consideration therein expressed and in
the capacity therein stated .
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
Bond No : 022034 14 7
MAINTENANCE BOND
THE ST A TE OF TEXAS §
COUNTY OF TARRANT §
That Conatser Construction TX, LP ("Contractor"), as principal, and Li bert y Mutual Insurance
Ccmpany a corporation organized under the laws of the State of MA , ("Surety"), do hereby
acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipal
Corporation chartered by virtue of Constitution and laws of the State of Texas , ("City") in Tarrant
County, Texas , the sum of One Million Six Hundred Seventy-four Thousand Six and
no/100 .............................................................................................................................. Dollars
($1,674,006.00), lawful money of the United States , for payment of which sum well and truly be made
unto said City and its successors, said Contractor and Surety do hereby bind themselves, their heirs,
executors, administrators , assigns and successors, jointly and severally.
This obligation is conditioned, however, that:
WHEREAS, said Contractor has this day entered into a written Contract with the City of Fort
Worth, dated the --of JUL 27 zp , 11, a copy of which is hereto attached and made a part
hereof, for the performance of the following described public improvements :
Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin
the same being referred to herein and in said contract as the Work and being designated as project
number(s) P227 541200 204280136383 and said contract, including all of the specifications, conditions,
addenda, change orders and written instruments referred to therein as Contract Documents being
incorporated herein and being made a part hereof; and ,
WHEREAS, in said Contract, Contractor binds itself to use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS, said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2) years; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
part at any time within said period, if in the opinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary; and,
WHEREAS , said Contractor binds itself, upon receiving notice of the need therefore to
repair or reconstruct said Work as herein provided .
NOW THEREFORE, if said Contractor shall keep and perform its said agreement to
maintain , repair or reconstruct said Work in accordance with all the terms and conditions of said
Contract , these presents shall be null and void , and have no force or effect. Otherwise, this
Bond shall be and remain in full force and effect , and the City shall have and recover from
Contractor and Surety damages in the premises as prescribed by said Contract.
This obligation shall be a continuing one and successive recoveries may be had hereon
for successive breaches until the full amount hereof is exhausted .
IN WITNESS WHEREOF , this instrument is executed in§. counterparts, each of which
ATTEST :
(SE AL}
c4=------
Secretary
ATTEST:
(SE AL)
Secretary
D.2011.
Jjber ty Mutual Insurance COOIOOily
Surety
By ~dLJ
Name : Glenna s. Davis
Title : Attaroey-in-Fact
175 Berkeley Street
Bos t on MA 02117
Address
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
-ii ::,
'r!. 1,; 1/)
-Cl)
-Cl) ~ 'E -~ ·-ca 'C ::s
Cl) CJ)
::; Cl)
~-~
> :::-1) ca -::s ~:~
~
ft ...
I) 0
.. Cl) ::,_ : ca
ft ...
Cl)-
CJ) 1/)
':a Cl) ,, ...
.. Cl)
-'E e·-ft
... .!
'::> ca -...
~
2g
Cl) ...
") ... ,. ::s -(,)
4291605
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of Attorney limits the acts of those named herein , and they have no authority to bind the Company except in the manner and to
the extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON ,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company '), a Massachusetts stock insurance
company , pursuant to and by authority of the By-law and Authorization hereinafter set forth , does hereby name , constitute and appoint
GREG A. WILKERSON, GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE
CITY OF FORT WORTH, STATE OF TEXAS ..................................................................................................................... .
, each individually if there be more than one named , its true and lawful attorney-in-fact to make , execute , seal , acknowledge and deliver, for and on its
behalf as surety and as its act and deed, anv and all undertakinas , bonds, recoanizances and other surety obligations in the oenal sum not exceeding
TWENTY FIVE MILLION AND 00/100***********************"***************" DOLLARS($ 25,000,000.00********************** ) each , and the
execution of such undertakings , bonds , recognizances and other surety obligations , in pursuance of these presents , shall be as binding upon the
Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following By-law and Authorization :
ARTICLE XIII -Execution of Contracts : Section 5 . Surety Bonds and Undertakings .
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the
chairman or the president may prescribe , shall appoint such attorneys-in-fact , as may be necessary to act in behalf of the Company to make ,
execute , seal , acknowledge and del iver as surety any and all undertakings , bonds , recognizances and other surety obligations . Such
attorneys-in-fact , subject to the limitations set forth in their respective powers of attorney , shall have fu ll power to bind the Company by their
signature and execution of any such instruments and to attach thereto the seal of the Company . When so executed such instruments shall be
as binding as if signed by the president and attested by the secretary .
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article XIII , Section 5 of the By-Laws, Garnet W . Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby
authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute, seal , acknowledge and
deliver as surety any and all undertakings, bonds, recognizances and other surety obligations .
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
II)
II)
Cl)
C
'iii ::s
Jl
>,
C ca
_c -o ~ ...
>,Cl)
a,W
EE IN WITNESS WHEREOF, th is Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of O a.
Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting , Pennsylvania this 15th day of December , :i:: 0 2010 c:t:M
0~
COMMONWEALTH OF PENNSYLVANIA
COUNTY OF MONTGOMERY
ss
LIBERTY MUTUAL INSURANCE COMPANY
By~..Jf: /J./-JZ<_::ttf-;
Garnet W. Elliott, Assistant Secretary
On this ..1filb._ day of December , .2Q10_, before me , a Notary Public , personally came Garnet W . Ell iott, to me known , and acknowledged
that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation ; and that he executed the above
Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation.
first above written .
CERTIFICATE
COMMONWEALTH OF PENNSYLVAN IA
NotaflHI Seal
Teresa Pas;el!a , Notary Publ'.c
P:ymc..1th Twp., Montgomery County
My Commission Expires Mnrcil 28 , 201 3
By~
Ter~sa Pastella , Notary Public
I, the undersigned, Assistan ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing
is a full, true and correct copy, is in full force and effect on the date of this certificate ; and I do further certify that the office r or official who executed the
said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article
XIII , Section 5 of the By-laws of Liberty Mutual Insurance Company .
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the
following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March , 1980.
VOTED that the facs imile or mechanically reproduced signature of any assistant secretary of the company , wherever appearing upon a
certified copy of any power of attorney issued by the company in connection with surety bonds , shall be valid and binqv,g ~~n the company
with the same force and effect as though manually affixed . cJUL C. { 2011
IN TESTIMONY WHEREOF , I have hereunto subscribed my name and affixed the corporate seal of the said company , this day of
... 'C
G> C 3: ca
~E ... ca
.~o .co -.. _en
Oc
>,G>
:t:: Cl)
:2 .! -a,
~Jl
a,0 =~ E~ ·=~ -= c,
Oo
(,).,...
o<D
I-,!.
· ,~ J 1 t-·-,.-,·n · ·:.,--, ., !.H ... J l \: ~"~-\ f •• •• .
: /-i\'lut u~.1
Important Notice
TO OBTAIN INFORivlATION OR TO MAKE A COMPLAINT:
You may write to Liberty Mutua l Surety at:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462-8284
You may contact the Texas Department of Insurance to obta i n information on
companies , coverages, rights or compla ints at:
1-800-252-3439
You may write the Texas Department of Insurance:
P. 0. Box 149104
Austin, TX 78714-9104
Fax: (512) 4 75-1771
Web: htto.:.!/wvvv•1.td 1.s!§t,3.tx.ys
E-ma i I: Con !:;Ume t P :rote'.";tieinta)td i..st;~t e. tx. us --------~ ---------
Prsmium or Claim Disputes
Should you have a dispute concerning a premium, you should contact the agent first. If you
have a d ispute concerning a cla im, you should contact the company first. If the d ispute 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 cond iti on of the
attached document.
L M IC-3 500 Pa,;e 1 o f 2 Re •,. 7 .1 0 7
PERFORMANCE BOND Bond No: 022034 14 7
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRESENTS :
COUNTY OFT ARRANT §
Liberty Mutual
That we (1) Conatser Construction TX, LP as Principal herein , and (2) Insurance Canwny , a
corporation organized under the laws of the State of (3) MA and who is authorized to issue surety
bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal
corporation located in Tarrant and Denton Counties , Texas, Obligee herein, in the sum of:
One Million Six Hundred Seventy-four Thousand Six and no/100 .......................................................................... .
($1,674,006.00) Dollars for the payment of which sum we bind ourselves , our heirs , executors, administrators ,
successors and assigns, jointly and severally, firmly by these presents .
WHEREAS, Principal has entered into a certain contract with the Obligee dated the __ o~UL 2 7 2011
2011 a copy of which is attached hereto and made a part hereof, for the construction of:
Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin
NOW THEREFORE, the condition of this obligation is such, if the sa id Principle shall faithfully perform
the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal 's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then
this obligation shall be void ; otherwise, to remain in full force and effect.
PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended , and all liabilities on this bond shall be determined in accordance with the provisions of such
statute, to the same extent as if it were copied at length herein .
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNEDandSEALEDthis_of ,HIL 27 2on o11.
ATTEST:
(Principal) Secretary
(SEAL)
c::::::-~ P,incipal
Address
ATTEST :
(Surety) Secretary
(SEAL)
Carolyn Map l es
(Address)
42CX) S. Hul en Street , Ste . #330
Fort Worth, TX 76 109
PO 15448
Fort Worth, TX 76119
(Address)
175 Berke l ey Street
Bo st on, MA 02117
(Address)
NOTE : Date of Bond must not be
prior to date of Contract
(1) Correct Name of Contractor
(2) Correct name of Surety
(3) State of incorporation of Surety
Telephone number of surety must be stated.
In addition , an original copy of Power of
Attorney shall be attached to Bond by
Attorney-in -Fact.
The date of bond shall not be prior to date of
Contract.
THE STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
PAYMENT BOND Bond No: 022034 14 7
KNOW ALL BY THESE PRESENTS :
That we , (I) Conatser Construction TX. LP, as Principal herein , and (2) Liberty Mut ual Insurance
Canpany , a corporation organized and existing under the laws of the State of (3) ___ MA. ____ , as surety, are
held and firmly bound unto the City of Fort Worth, a municipal corporation located in Tarrant and Denton Counties,
Texas, Obligee herein , in the amount of One Million Six Hundred Seventy-four Thousand Six and
no/100 .................................................. Dollars ($1,674,006.00) for the payment whereof, the said Principal and
Surety bind themselves and their heirs , executors, administrators , successors and assigns, jointly and severally,
firmly by these presents : JUL 2 7 2011
WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of
____ _, 2011. 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:
Eastern Hills Storm System Improvements -Phase 1 Multi -Use Storm Water Detention Basin
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH , that if the said Principal
shall faithfully make payment to each and every claimant (as defined in Chapter 2253 , Texas Government Code, as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void; otherwise, to remain in full force and effect.
PROVIDED , HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code , as amended, and all liabilities on this bond shall be determined in accordance with the provis ions of said
statute, to the same extent as if it were copied at length herein.
1N WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this __ day of, JUL 27 lo }.1
Conatser Construction TX, LP
ATTEST: :~IN ~,.~----
/' Name: Jerry R. Conatser
President of Conatser (Principal) Secretary
Title : Managerrent Group, Inc., GP
(SE AL)
~
Address : PO 15448
Fort Worth, TX 76119
Witness as to Principal
ATTEST:
Secretary
(SE AL)
Liberty Mutual Insurance Canpany
:~~&~
Name: Glenna S. Davis
Attorney in Fact
Address : ----------)75 Berkeley Street
Boston , MA 02117
Witness ate Surety
Carolyn Map es
Telephone Number: 972.233 .9588
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety .
State of incorporation of Surety
Telephone number of surety must be stated. In addition , an original copy of
Power of Attorney shall be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX