HomeMy WebLinkAboutContract 42286CITY ~r
D O,.. c·• ~. ' .t..: .. I
cor:,r· ,
. -I .
FORT WORTH
OITY SECRETARY
CONTRACT NO. ~ d;;;J CJ lD ·
, , . :~, G CO •.
C ONSr)u.: :10 • S co y
C UE T DEPAr<~fie , ~IFICATIONS AND CONTRACT DOCUMENTS
r-
FOR
STORM WATER UTILITY PROJECT
SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
CITY PROJECT No. 01023
Mike Moncrief
Mayor
TPW No. P227-541200-20328012383
. APRIL 2011
T.M. Higgins
Interim City Manager
Greg 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
PREPARED FOR:
The City of Fort Worth
Dannenbaum Engineering Corporation
TBPE Firm Registration No. 392
6421 Camp Bowie Boulevard, Suite 400
Fort Worth, Texas 76116
Phone 817-763-8883 Fax 817-377-2956
.-------tt E roject No. 4402-01
OFFICIAL RECORD
CITY SECRETARY
FT. ~OR1'H 1 TX
J~-19 -IF..., :..), li'i
M&C Review Page 1 of 2
Official site of the City of Fort Worth, Texas
CITY COUNCIL AGE N DA FORT\'v'ORTH ·-....,..--
COUNCIL ACTION: Approved on 8/9/2011
DATE:
CODE:
81912011 REFERENCE
NO.:
C TYPE:
**C-25094 LOG NAME:
PUBLIC
CONSENT HEARING:
20CONSTRUCTION_SUMMERCREST
NO
SUBJECT: Authorize Execution of a Contract with RKM Utility Services , Inc., in the Amount of
$741,269 .00 for the Summercrest Drainage Improvements (COUNCIL DISTRICT 3)
RECOMMENDATION:
It is recommended that the City Council authorize execution of a contract with RKM Utility Services ,
Inc., in the amount of $741,269.00 for construction of the Summercrest Drainage Improvements.
DISCUSSION:
The construction contract recommended by this M&C will facilitate the construction of the following :
installation of a storm drain system on Summercrest Drive from Cloudview Road to Briarhaven Road
and on Briarhaven Road from Summercrest Drive to the existing concrete channel paralleling Sarita
Drive. Also included in the project is the extension of a storm drain system on Trails Edge Road from
Arroyo Road to the south at the end of the cul-de-sac . These improvements are needed to address
roadway overtopping .
Costs for the implementation of this project will be funded by the Storm Water Capital Projects Bond
2009 Fund .
The project was advertised for bid on April 7 , 2011 and April 14, 2011 in the Fort Worth Star-
Telegram . On May 5, 2011, the following bids were received:
BIDDERS AMOUNT TIME OF COMPLETION
RKM Utility Services, $741,269.00 180 Calendar Days
Inc.
Tri-tech Construction $777,018 .00
Conatser Construction $788,670.00
Atkins $1 ,206 ,579 .00
It is recommended that the bid submitted by RKM Utility Services, Inc ., be selected and that the
contract be awarded in the amount of $741,269 .00 .
Funding in the amount of $106 ,500 .00 is included in the project budget for associated Transportation
and Public Works costs for construction survey, project management , materials testing and
inspection costs . The contingency fund for possible change orders is $25,000 .00 .
RKM Utility Services , Inc., is in compliance with the City's M/WBE Ordinance by committing to 21
percent M/WBE participation . The City's goal on this project is 20 percent.
This project is located in COUNCIL DISTRICT 3 , Mapsco 89 F .
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 Projects Bond 2009 Fund .
http ://apps .cfwnet.org/ council _packet/me _review .asp ?ID= 15 5 61&councildate=8/9/2011 9/2/2011
M&C Review
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
ATTACHMENTS
M and C 01023 Summercrest Dr Drainage.pdf
Page 2 of2
FROM Fund/Account/Centers
P227 541200 203280102383 $741 .269 .00
Fernando Costa (6122)
Doug Wiersig (7801)
Michael Owen (8079)
http ://apps.cfwnet.org/council _packet/mc _rev ie w .asp?ID= 15561&councildate=8/9/2011 9/2/2011
CITY OF FORT WORTH , TEXAS
TRANSPORTATION & PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
to the
Specifications & Contract Documents
for
STORM WATER UTILITY PROJECT
SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
CITY PROJECT NO. 01023
Bid Submittal Due Date : May 5, 2011
Addendum No. 1 Issued: April 28, 2011
The Specifications, Contract Documents and Drawings for the above mentioned
project are revised and amended as follows :
The Contract Documents for the subject project are hereby amended as follows :
A . CLARIFICATIONS :
1 . Remove Proposal for Unit I -Storm Water and replace with
attached Proposal for Unit I -Storm Water modified by Addendum
No .1. Modification includes add ition of Pay Items for 2-inch HMAC
on 6-inch Flex Base -Temporary -Install, and Type B
Backfill-Install.
2 . Remove MWBE Documents (MWBE Special Instructions to
Bidders , MWBE Subcontractor/Supplier Utilization Form , MWBE
Prime Contractor Waiver Form and MWBE Good Faith Effort Form)
and replace with attached MWBE forms modified by Addendum
No.1. Modification includes insertion of MWBE Project Goal
percentage .
3 . Insert City of Fort Worth Standard Construction Details: SD-001 -
Standard 10ft Storm Drain Inlet; SD-006 -Standard 4ft Square
Manhole; SD-007 -Standard 5ft Square Manhole; SD-010 -
Stacked Manhole; SD-011 -Reinforced Concrete Collar; SD-020 -
Standard 15ft Storm Drain Inlet; STR-030-Temporary Asphalt
Pavement Trench Repair.
A-I
G :\121 0\440 2-01 \P ROJECliSpecification s\SEAL SET\A dd endum No.1\0 1023 Addendum No . I.doc
B . CONSTRUCTION CONTRACT DRAWINGS (PLANS):
1. Remove Sheet 13 'Summercrest Drive Drainage Plan & Profile -
Sta 1+00 to Sta 4+00 ' & Sheet 14 'Summercrest Dri ve Dra inage
Plan & Profile -Sta 4+00 to Sta 8+00 ' and replace with the
attached Sheets 13 & 14 modified by Addendum No .1. Mod ification
revises Storm Sewer Line A Profile between Sta 3+50 to Sta 5+00 .
This Addendum No . 1, forms part of the Specifications & Contract Documents for
the above referenced project and mod ifies the original Specifications & Contract
Documents of the same .
Acknowledge your receipt of this Addendum No . 1 by completing the requested
information at the follow ing locations:
(1) In the space provide on the signature page of the Proposal
(2) Indicate in upper case letters on the outside of your sea led bid envelop :
"RECEIVED & ACKNOWLEDGED ADDENDUM No.1"
(3) Execute acknowledgement below and submit signed copy with your proposal
at the time of bid submitta l
Failure to acknowledge receipt of the Addendum No. 1 could cause the subject
bidder to be considered "NON RESPONSIVE ", resulting in disqualification .
Douglas W. Wiersig , P.E.
DIRECTOR
TRANSPORTATION & PUBLIC WORKS DEPT.
'
71~ . ---"'--._,,,;4~4t/ ~~ By : ____ M-ich-+e,-Ow-'-e-n.-P-.E-. --
7 Project Manager
A-2
G :\12 10\4402-0 1\PROJECT\S pecifications\SEAL SET\A ddendu m No.1\0 1023 Add endu m No . I.doc
~
~
~
C
::E
~ ... ··
NOT TO SCALE
183
30
I
li ·li
PROJECT l!I
LOCATION l
··-··-··-··-··1-·
PROJECT LOCATION MAP
CITY OF FORT WORTH, TEXAS
DEPARTMENT OF
TRANSPORTATION & PUBLIC WORKS
STORM WATER UTILITY PROJECT
SUMMERCREST DRIVE
DRAINAGE IMPROVEMENTS
CITY PROJECT NO. 01023
PROJECT LOCATION MAP
DANNENBAUM
DANNENBAUM ENGINEERING CORPORATION
1421 CAMP BOWE BLW, ,sunt '400 • FORT WOIUH, TDA9 n110-a421
DES1GNEO BY: REP DAlE: 03/01/10
DRAWN BY: REP. PROJECT NO: 4402-01
CHECKED BY: CSC SHEET NO: A
C: \1210\•-I02-01 \PROJECT\Spe clllcaUons\SEAL SEl\LOCA TION MAP\LOCA llONMAP.dwg °""-----------------------------------------------------
SECTION 2 -FRONT END DOCUMENTS
2.1 Table of Contents
2.2 Notice to Bidders
2.3 Comprehensive Notice To Bidders
2.4 Special Instruction to Bidders (Paving-Drainage 12/21/10)
TABLE OF CONTENTS
1 -Project Information ~ 1.1 -Title Page MS-Word
~ 1.2 -Location Maps pdf
2 -Front End Documents 2.1 -Table of Contents MS-Word
~ 2.2 -Notice to Bidders MS-Word
~ 2.3 -Comprehensive Notice MS-Word
to Bidders
D 2.4 -Special Instructions to pdf
Bidders (water-sewer)
~ 2.5 -Special Instruction to pdf
Bidders·(paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
3 -MWBE Documentation ~ 3.1-MWBE Special pdf
Instructions
~ 3.2-MWBE pdf
Subcontractors/Suppliers
Utilization Form
~ 3.3 -MWBE Prime Contractor pdf
Waiver
~ 3.4 -MWBE Good Faith Effort pdf
~ 3.5 -MWBE Joint Venture pdf
4 -Bid Package ~ 4.1-Bid Proposal Cover & pdf
~
Signature Sheets
4.2 -Bid Proposal(s) MS-Excel
D 4.3 -Green Cement Policy MS-Word
Compliance Statement
D 4.4 -Bid Schedule pdf
~ 4.5 -Vendor Compliance to pdf p l-.·,.
State Law
~ 4.6 -List of Fittings pdf
~ 4.7 -Pre-Qualified Contractor MS-Word
List
5 -General and Special Conditions D 5.1-Part C General pdf
Conditions (water -sewer)
D 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
D 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
D 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
D 5.5 -Part E Specifications pdf
~ 5.6 -Special Provisions
(paving -drainage)
~ 5. 7 -Wage Rates pdf
~ 5.8 -Compliance with and pdf
Rev 2-2-10
TABLE OF CONTENTS
Enforcement of Prevailing
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer)
D 5.10 -Standard Details dwf
(paving-drainage)
6 -Contracts, Bonds and Insurance ~ 6.1 -Certificate of Insurance MS-Word
~ 6.2 -Contractor Compliance pdf
With Workers' Compensation
Law
~ 6.3 -Conflict of Interest pdf
Questionnaire
~ 6.4 -Performance Bond pdf
~ 6.5 -Payment Bond pdf
~ 6.6 -Maintenance Bond pdf
~ 6.7 -City of Fort Worth pdf
Contract
7-Permits D 7.1 -TxDOT Permit(s) pdf
D 7.2 -Railroad Permit(s) pdf
D 7.3 -Other Permit(s) pdf
8 -Easements ~ 8.1 -Easement pdf
9-Reports ~ 9.1 -Geo-tech Report(s) pdf
D 9.2 -Cathodic Protection pdf
Study Report
D 9.3 -Other Project Specific pdf
Study Report(s)
10-Addenda D 10.1 Addendum MS-Word
Rev 2-2-10
NOTICE TO BIDDERS
Sealed proposals for the following:
CITY OF FORT WORTH, TEXAS
STORM WATER UTILITY
SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
D.O.E. PROJECT NO. 6000
CITY PROJECT NO. 01023
Addressed to the
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON STREET
FORT WORTH , TEXAS 76102
will be received at the Purchasing Office until 1 :30 PM, Thursday, May 5, 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
Dannenbaum Engineering Company, 6421 Camp Bowie Blvd., Suite 400, Fort Worth, Texas, at a
cost of $80.00 per set (non-refundable). Copies are also available online through the City of Forth
Worth Autodesk Buzzsaw.
The major work will consist of the (approximate) following:
UNIT I -Drainage Improvements
10,100 SY of 8-inch Pavement Rehabilitation; 3,351 LF of Storm Sew§_r Pipe, ranging in
diameter from 21-inch to 42-inch; 14 EA Curb Inlets, ranging in size from 10-feet to 15-
feet; 9 EA Manholes, ranging in size from 4-foot square to 5-foot square; and all other
related appurtenances.
Included in the above will be all other miscellaneous items of construction as outlined in the
Plans, General Contract Documents and Specifications.
Bid security is required in accordance with the Special Instruction to Bidders. Bidders are responsible
for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda by
initialing the appropriate spaces on the PROPOSAL form. Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive. All addenda will be made available on-line with
the contract documents. Contractors and/or suppliers are requested to register as plan holders ·on-line
(on Buzzsaw site) in order to receive notifications regarding the issuance of addenda. It shall be the
bidding contractor's sole responsibility to verify they have received and considered all
addenda, prior to submitting a bid.
For additional information, please contact Curt Caldwell, P.E. with Dannenbaum Engineering
Company at Telephone Number: (817)570-1304 or by email :curtis .caldwell@dannenbaum.com,
and/or Michael Owen, Project Manager, TPW Department at (817)392-8079 or by email:
michael.owen@fortworthgov.org.
Rev 2-2-10_TPW
NB-1
NOTICE TO BIDDERS
A pre-bid conference will be held on Monday, April 18, 2011 at 11:00 AM, in the TPW
Conference Room 270, 2nd floor of the City of Fort Worth City Hall. Bidders are encouraged to
review the plans and specifications prior to the pre-bid conference.
Advertising Dates:
April 7, 2011
April 14. 2011
Rev 2-2-10_ TPW
NB-1
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following:
CITY OF FORT WORTH, TEXAS
STORM WATER UTILITY
SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
D.O.E. PROJECT NO. 6000
CITY PROJECT NO. 01023
Addressed to:
CITY OF FORT WORTH
PURCHASING DIVISION
1000 THROCKMORTON ST
FORT WORTH TX 76102-6311
will be received at the Purchasing Office until 1 :30 PM, Thursday, May 5, 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.fortworthqov.org/purchasinq/ 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 Dannenbaum
Engineering Company, 6421 Camp Bowie Blvd., Suite 400, Fort Worth, Texas, at a cost of $80.00 per set (non-
refundable). Copies are also available online through the City of Forth Worth Autodesk Buzzsaw.
The major work will consist of the (approximate) following:
UNIT I -Drainage Improvements
10,100 SY of 8-inch Pavement Rehabilitation; 3,351 LF of Storm Sewer Pipe, ranging in diameter from
21-inch to 42'-inch; 14 EA Curb Inlets, ranging in.~izefrom 10-feetto 15-feet; 9 EA Manholes, ranging in
size from 4-foot square to 5-foot square; and all other related appurtenances.
Included in the above will be all other miscellaneous items of construction as outlined in the Plans, General
Contract Documents and Specifications.
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.
Rev 212110_ TPW
CNB-1
COMPREHENSIVE NOTICE 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.
Bidders must complete the PROPOSAL section, including the "Vendor Compliance to State Law", and submit
these executed documents or face rejection of the bid as non-responsive.
In accord with the City of Fort Worth Ordinance No. 15530, the City of Fort Worth has goals for the
participation of minority business enterprises and women business enterprises in City of Fort Worth contracts .
A copy of the Ordinance can be obtained from the office of the City Secretary. The bidder shall submit the
MBE/WBE UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM, GOOD FAITH EFFORT FORM (with "Documentation") and/or the JOINT
VENTURE FORM as appropriate. The Documentation must be received no later than 5:00 p.m., five (5) City
of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation. Failure to comply shall render the bid non-responsive.
SUBMISSION OF BID AND AWARD OF CONTRACT
The proposal within this document is designed as a package. In order to be considered an acceptable bid, the
Contractor is required to submit a bid for Summercrest Drainage Improvements. A bid proposal submittal for a
multi-unit project with only a single proposal unit complete will be rejected as being non-responsive. The
Contractor who submits the bid with the lowest price, will be the apparent successful bidder for the project.
Bidders are hereby informed that the Director of the Transportation and Public Works Department reserves
the right to evaluate and recommend to the City of Fort Worth City Council the bid that is considered to be in
the best interest of the City of Fort Worth.
For additional information, please contact Curt Caldwell, P.E. with Dannenbaum Engineering Company at
Telephone Number: (817)570-1304 or by email:curtis.caldwell@dannenbaum .com, and/or Michael Owen,
Project Manager, TPW Department at (817)392-8079 or by email: michael.owen@fortworthgov.org.
A pre-bid conference will be held on Monday, April 18, 2011 at 11 :00 AM, in the TPW Conference Room
270, 2nd floor of the City of Fort Worth City Hall.Bidders are encouraged to review the plans and specifications
prior to the pre-bid conference.
T.M. HIGGINS
INTERIM CITY MANAGER
Advertising Dates:
April 7, 2011
April 14, 2011
Rev 212110_ TPW
By: __ __,,-=-----,---=--=----
Michael Owen, P.E
Transportation & Public Works Department
CNB-2
MARTY HENDRIX
CITY SECRETARY
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
1) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth, in
an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid,
and is subject to forfeit in the event the successful bidder fails to execute the contract documents
within ten (10) days after the contract has been awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of
Texas. In addition, the surety must
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 reinsurer that is authorized
and admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from
the United States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proofrequired herein.
2) PAYMENT, PERFORMANCE AND MAINTENANCE BONDS: The successful bidder entering
into a contract for the work will be required to give the City surety in a sum equal to the amount
of the contract awarded. In this 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 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 reinsurer that is
authorized and admitted as a reinsurer in the state of Texas and is the holder of a certificate of
authority from the United States secretary of the treasury to qualify as a surety on obligations
permitted or required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion, will determine the
adequacy of the proofrequired herein.
The City will accept no sureties who are in default or delinquent on any bonds or who have
an interest in any litigation against the City. Should any surety on the contract be
determined unsatisfactory at any time by the City, notice will be given to the contractor to that
effect and the contractor shall immediately provide a new surety satisfactory to the City .
If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the amount
of the contract, solely for the protection of all claimants supplying labor and materials in the
prosecution of the work.
If the contract amount is in excess of $100,000, a Performance Bond shall be executed, in the
amount of the contract conditioned on the faithful performance of the work in accordance with the
plans, specifications, and contract documents. Said bond shall solely be for the protection of the City
of Fort Worth.
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 I, Item 8, paragraph 8.6, of
the "General Provisions" of the Standard Specifications for Street and Storm Drain Construction of the
City of Fort Worth, Texas, concerning liquidated damages for late completion of projects.
4) AMBIGUITY: In case of ambiguity or lack of clearness in stating prices in the proposal, the City
reserves the right to adopt the most advantageous construction thereof to the City or to reject the
proposal.
5) EMPLOYMENT: All bidders will be required to comply with City Ordinance No. 7278 as amended
by City Ordinance No. 7400 (Fort Worth City Code Section 13-A-21 through 13-A-29) prohibiting
discrimination in employment · practices.
6) WAGE RATES: Section 8.8 of the Standard Specifications for Street and Storm Drain Construction
is deleted and replaced with the following:
a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment ofnot 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 sh1:1II 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
conn:actor 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 STATEMENT: A current certified :financial statement may be required by the Department
of Transportation and Public Works ifrequired for use by the CI1Y OF FORT WORTII 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 Instruction 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, employees and servants shall be endorsed as an additional insured on
Contractor's insurance policies excepting employer's liability insurance coverage under Contractor's
workers' compensation insurance policy.
b) Certificates of insurance shall be delivered to the City of Fort Worth, contract administrator in the
respective department as specified in the bid documents, 1000 Throckmorton Street, Fort Worth,
TX 76102, prior to commencement of work on the contracted project.
c) Any failure on part of the City to request required insurance documentation shall not constitute a
waiver of the insurance requirements specified herein.
d) Each insurance policy shall be endorsed to provide the City a minimum thirty days notice of
cancellation, non-renewal, and/or material change in policy terms or coverage. A ten days
notice shall be acceptable in the event of non-payment of premium.
e) Insurers must be authorized to do business in the State of Texas and have a current A.M. Best rating
of A: VII or equivalent measure of financial strength and solvency.
f) Deductible limits, or self-funded retention limits, on each policy must not exceed $10,000.00 per
occurrence unless otherwise approved by the City.
g) Other than worker's compensation insurance, in lieu of traditional insurance, City may consider
alternative coverage or risk treatment measures through insurance pools or risk retention
groups. The City must approve in writing any alternative coverage.
h) Workers' compensation insurance policy(s) covering employees employed on the project shall be
. endorsed with a waiver of subrogation providing rights of recovery in favor of the City.
i) City shall not be responsible for the direct payment of insurance premium costs for contractor's
insurance.
j) Contractor's insurance policies shall each be endorsed to provide that such insurance is primary
protection and any self-funded or commercial coverage maintained by City shall not be called upon
to contribute to loss recovery.
k) In the course of the project, Contractor shall report, in a timely manner, to City's officially
designated contract administrator any known loss occurrence which could give rise to a liability
claim or lawsuit or which could result in a property loss.
1) Contractor's liability shall not be limited to the specified amounts of insurance required herein.
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: 12.21 .2010
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 this state, and includes a
contractor whose ultimate parent company or majority owner has its principal place of business in this
state.
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all 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 be obtained from the Office of the City Secretary. The bidder shall
submit the MBE/WBE UTILIZATION FORM SUBCONTRACTOR/SUPPLIER
UTILIZATION FORiyI , 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 $as 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
misrepresent'ation 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 oftime of not less that three (3) years.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .201 O
Page4 of9
Rev 3-13-09
12) AW ARD 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 perfonning all or part of the services the contractor has undertaken to perfonn 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
perspns 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 shovying 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 Dra inage
PMO Official Release Date: 12.21.2010
Page 6 of9
Rev 3-13-09
1) a certificate ofcoverage, 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 project and for one
year thereafter.
f) notify the governmental entity in wiring by certified mail or personal delivery, within ten
(10) days after the person knew or should have known, of any change that materially
affects the provision of coverage of any person providing services on the project; and
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 governmental entity that all employees of the contractor who
wiil 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.
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
governmental entity
b) The contractor shall post a notice on each project site informing all persons providing services on
the project that they are required to be covered, and stating how a person may verify current
coverage and report failure to provide coverage. This notice does not satisfy other posting
requirements imposed by the Texas Worker's Compensation Act or other Texas Worker's
Compensation Commission rules. This notice must be printed with a title in at least 30 point bold
type and text in at least 19 point normal type, and shall be in both English and Spanish and any
other language common to the worker population. The text for the notices shall be the following
text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE"
The law requires that each person working on this site or providing services related to this
construction project must be covered by worker" compensation insurance. This includes persons
providing, hauling or delivering equipment or materials, or providing labor or transportation or
other service related to the project, regardless of the identity of their employer or status as an
employee".
Contact the Texas Workers' Compensation Commission to receive information on the
legal requirement for coverage, to verify whether your employer has provided the required
coverage, or to report an employer's failure to provide coverage".
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) PROGRESSPAYMENIS.FINALPAYMENT,PROJECT ACCEP'1:'ANCEAND W ARRANIY:
a) The contractor will receive full payment (less retainage) from the city for each pay period.
b) Payment of the retainage will be included with the final payment after acceptance of the project as
being complete.
c) The project shall be deemed complete and accepted by the City as of the date the final punch list has
been completed, as evidenced by a written statement signed by the contractor and the City.
d) The warranty period shall begin as of the date that the final punch list has been completed .
e) Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due and
payable.
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12.21 .201 O
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) PREOUALIFICATION REQUIREMENTS: 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 fmancial statement, an acceptable experience record, an acceptable
equipment schedule as outlined in the PREQUALIFICATION REQUIREMENTS FOR PAVING
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 fmancial 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 PREQUALIFICA TION REQUIRE:MENTS FOR
PA YING CONTRACTORS document.
City of Fort Worth, Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21.2010
Page 9 of 9
SECTION 3 -M/WBE DOCUMENTS
3.1 M/WBE Special Instructions to Bidders
3.2 M/WBE Subcontractor/Supplier Utilization Form
3.3 M/WBE Prime Contractor Waiver Form
3.4 M/WBE Good Faith Effort Form
3.5 M/WBE Joint Venture Eligibility Form
. . ..
;FO.RTfQ.RTH . .... City of Fort Worth . . . . . . . . . . . . . . .
Minority and Women Business Enterprise Specifications
SPECIAL INSTRUCTIONS FOR BIDDERS
APPLICATION OF POLICY
If the total dollar value of the contract is $25,0()0 or more , the M/WBE goal is applicable. ·
If the total dollar value of the contract is less than $25 ,000 , the M/WBE oal is not applicable .
POLICY STATEMENT
It is the pol icy 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 Mino ri ty and Women Bus iness Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on th is project is _to ____ % of the tota l 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 Ord inance 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.
1. Subcontractor Utilization Form , if goal is received by 5 :00 p.m ., five (5) City business days after the bid
met or exceeded: openinq date, exclusive of the bid open inq 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 open ing date.
stated qoal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form, if no M/WBE participation : 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/suoolier work: opening date, exclusive of the bid open inq date.
5. Joint Venture Form, if utilize a joint venture received by 5:00 p.m ., five (5) City business days after the bid
to met or exceed qoal. opening date, exclusive of the bid opening date .
FAILURE TO COMPLYWITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE .BID BEING CONSIDERED
. NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact theM/WBE Office at (817) 392-6104 .
Rev. 11/1/05
FORT WORTH
~ .... :s -.
-''174
City of Fort Worth
<. :
ATTACHMENT 1A
Page 1 of 4
V I?
l, •
Subcontractors/Suppliers Utilization Form
PRIME COMPANY NAME: Check applicable block to describe prime
;l!/Cm UT/~/Ty~/Ct':, )pc. I M/W/DBE I I NON-M/W/DBE PROJECT NAME: ,.
BID DATE
SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS May 5, 2011@ 2:00 PM
City's M/WBE Project Goal: Prime's M/WBE Project Utilization: PROJECT NUMBER
zo % % DOE NO. 6000; CITY NO. 01023
Identify all subcontractors/suppliers you will use on this project
f ailur~ to complete th.is form, in its entirety with requested docu'me'ntation, arid received by the Managing
pepartment on or before 5:00. p.m. five (5)City business days after bid opening, exclusive of bid opening date,;
wi.U result in the bid being considered non.;.responsive to bid specifica~io,ns. ·
. The u,ndersigned Offerpr 'agrees ·. to enter into a . fqrmal agreement with the M/WBE firm(s) li~ted ih this .
utilization schedule,. conditioned . upon executio,n <;>f a . contract with the City of Fort . Worth .. · The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the .
bid .being considered no.n-:responsive to bid specifications . . . . . . . . ! . . . .
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant,
Parker, Johnson, Collin, Dallas, Denton, Ellis, Kaufman and Rockwall counties.
ldeotify each Tier level .. Tier is th.e level of subcontracting below the prime contractor, i.e., a direct
payment frorn the prime .contractor to a subcontractor is considered 151 tier; a payment by a subcontractor to
its supplier jg· considered 2nd tier . . .. . . .
ALL M/WBEs MUST BE CERTIFIED BEFORE CONTRACT AWARD.
Certification means those firms , located or doing business at the time of bid opening within the Marketplace, that have
been determined to be bonafide minority or women businesses by the North Central Texas Regional Certification
Agency (NCTRCA), or the Texas Department of Transportation (TX DOT), highway division. Disadvantaged Business
Enterprise (DBE) is synonymous with Minority/Women Business Enterprise (M/WBE).
If hauling services are utilized, the prime will be given credit as long as the M/WBE listed owns and
operates at least one fully licensed and operational truck to be used on the contract. The M/WBE may lease
trucks . from another _M/WBE firm, including M/WBE owner-operators, and receive full M/WBE credit. The
M/WBE may lease trucks from non-M/WBEs, including owner-operators, but will only receive credit for the
fees and commissions earned b the M/WBE as outlined in the lease a reement.
Rev . 5/30/03
~·
. ·: ·-·· ..
I _:
ATIACHMENT 1A
Page2 of4
Primes are required to identify ALL subcontractors/suppliers, regardless of status; i.e ., Minority, Women and non-M/WBEs.
Please list M/WBE firms first, use additional sheets if necessary.
Certification N
(check one) 0
SUBCONTRACTOR/SUPPLIER n T Detail Detail Company Name I N T
C X M Subcontracting Work Supplies Purchased Dollar Amount Address e M w T D w Telephone/Fax r B B R 0 B E E C T E .
A
~/t:Jl /J,1v,1c/(; V fint,K_, /40cn__
6C1t:Jt:o
L.~ T~71f7JOIJ V . J2C(.IL. -7f71t)-
7o#tJ/L 1/),tJ~O
LJL.7 ,45SO V /'-f/F·
,t},/llll?
Cao7pw'/ '/h),11,1 ''f .,,, I/ /?bt)1-IP/ If
5'Pa7.
~ ~fJ~ Iv' 'fZ{l) A{Je
€µ).fJJUfiA.
Rev. 5/30/03
FQ§J~O. RTH '',
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $
.)-1
/75,ootJ ,
/~~POO
zt:£f!X»
ATTACHMENT 1A
Page4 of 4
(.. u
The Contractor will not make additions, deletions , or substitutions to t his certified list without the prior approval
of the Minority and Women Business Enterprise · Office Manager or designee through the submittal of a
Request for Approval of Change/Addition. Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance. The contractor
shall ,s1Jbmit a detailed explanation of how the requested change/addition or deletion will affect the committed
· M/WB.E goal. If the detail explanation is not $Ubmitted, it will affect the final compliance determination.
By affixing a signature to this form, the Offerer further agrees to provide, directly to the City upon request,
complete and accurate information regarding actual work performed by all subcontractors, including
M/W/DBE(s) arrangements submitted with the bid . The Offerer also agrees to allow an audit and/or
examination of any books, records and files held by their company . The bidder agrees to allow the
transmission of interviews with owners, principals , officers, employees and applicable
subcontractors/suppliers/contractors participating on the contract that will substantiate the actual work
performed by the M/W/DBE(s) on this contract, by an authorized officer or employee of the City . Any
intentional and/or knowing misrepresentation of facts will be grounds for terminating the contract or debarment
from City work for a period of not less than three (3) years and for initiating action under Federal, State or
Local laws concerning false statements. Any failure to comply with this ordinance and create a material
breach of contract may result in a determination of an irresponsible Offerer and barred from participating in
City work for a eriod of time not less than one ( 1) year.
Author Printed Signature /
Title Contact Name/Title (If different)
9ZZ-UII-U?2(
Company Name
1
// .~A~,. L,
I S4 4 \jkU,o o lli) ~
Telephone and/or Fax
St0'6
E-mall Address · Address
~nTctJ S--'5"-l(
City/State/Zip Date
Rev. 5/30/03
FORT WORTH.
'-, .
PRIME COMPANY NAME:
City of Fort Worth
Good Faith Effort Form
;l?/411 J#/~n-r ~~c.c:~ t1u.._
PROJECT NAME: I
SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
City's M/WBE Project Goal: I PROJECT NUMBER
z.o % DOE NO. 6000;
I ..:,
'
ATIACHMENT 1C
Page 1 of 3
Check applicable block to describe
prime ~
I M/W/OBE I I NON-M/W/DBE
BID DATE
Mav 5 2011 @ 2: 00 PM
CITY NO. 01023
If you have failed to secure M/WBE parti cipation and you have subcontractlr1g and/or supplier opportunities or if your
DBE participation ls less than the City's project goal, you must complete this form .
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this . form / in its entirety with sui:fp<>rting documentation, and received by the
Managing Department on cir before 5:00 \p.in.' five (5) City busine,ss days after bid opening, exclusive of
bid o·pening date; wiil result in the bid being considered non~respoilsive t.o. bid specifications.
1.) Please list each and every subcontracting and/or supplier opportunity} for the completion of this
project, regardless of whether it is to be provided by a M/WBE or non-M/WBE. (DO NOT LIST NAMES
OF FIRMS) On Combined Projects, list each subcontracting and or supplier opportunity through the
2"0 tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
Rev. 05/30/03
ATTACHMENT 1C
Page 2 of3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
~es __ No Date of Listing--'----''--
3.) Did you solicit bids from M/WBE firms, within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail, exclusive of the day the bids are
opened?
~es (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?
Yes (If yes, attach list to include.!!!.!!!!! of M/WBE firm, .Qti§Q!l contacted, phone number and date and time of contact)
__-No
NOTE: A_facsiinile may be use_d to comply with_ eith_er 3 or 4, butrnay not be used for both! If a facsimile
is , '-'sed, attach Jhe fax confirmation, ·which is to provide M/WBE name, date, time,· fax number arid documentationfaxed.· .. • .. . '. ·' . . . . . . . . .
~QTE: .'If the>list of M/WBEs for a part1cula.r subcont.ract.!':'g/supplier opportunity · 1s ten (10) or le.ss, 't _he
biddenriust contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particuJar subcontracting/suppiier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be iri compliance with
questions 3 and 4 .. -. . .. . . -. .· -. ·. --. -. . -._-. -.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
p!;:lns and specifications in order to assist the M/WBEs?
_v_'iYes
__ 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 necessary, and attach.)
Company Name Telephone Contact Person Scope of Work Reason for Reiection
1.1 "µ;j,~7. 1Jt 7 --fl1-bi33 0 ~,U:11 l:J.iJJ.7ojJ TfUl~-f)){ll rd!_[)
Rev. 05/30/03
ADDITIONAL INFORMATION:
ATIACHMENT 1C
Page 3 of3
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
Attach nt 1 C will be co tacted and the reasons for not using them will be verified by
the . s M/WB
t 1zed Sig ture
/h to1D01 7
Printed Signature '
Title Contact Name and Title (if different)
. 'j2.J% Jn LliY ~ ll {?!;, k q7z-ui~ZhZ/ Zl//-z0zy
Company Name , fl I ./1 ..
l-SlJ. 4 V ftLU)lOO f"TU f.Wn/ ~I 0~
Phone Number Fax Number
Address
~L TotJ 7f 7506 ff
Email Address
5€\ I{
City/State/Zip Date
Rev. 05/30/03
SECTION 4 -BID PACKAGE
4 .1 Bid Proposal Cover & Signature Sheets
4.2 Bid Proposals
Unit I -Drainage Improvements Bid Form
4.3 Vendor Compliance to State Law
4.4 Pre-Qualified Subcontractor List
4.5 List of Fittings
TO: The Purchasing Department
City of Fort Worth, Texas
PROPOSAL
FOR: Summercrest Drive Drainage Improvements
Storm Water Utility
City of Fort Worth, Texas
City Project No.: 01023
UNIT I -DRAINAGE
Fort Worth, Texas
Pursuant to the foregoing ''Notice to Bidders," the undersigned has examined the plans, specifications
and the site, understands the amount of work to be done, and hereby proposes to do all the work and
furnish all labor, equipment, and materials necessary to fully complete all the work as provided in the
plans and specifications, and subject to the inspection and approval of the Director, Water Department
of the City of Fort Worth. If required by this project, Contractor must be pre-qualified in accordance
with the projects sponsoring Departments of the City of Fort Worth requirements. Upon acceptance of
this Proposal by the City Council and required by this project, the bidder is bound to execute a contract
and furnish Performance, Maintenance Bond for the water replacement contract only, and Payment
Bond approved by the City of Fort Worth for performing and completing said work within the time
stated for the following sums, to wit:
Total quantities given in the bid proposal may not reflect actual quantities, by represent the best
accuracy based on a reasonable effort of investigation; however, they are given for the purpose of
J?.idding on and awarding the contract.
SUMMARY OF BID
UNIT I -DRAINAGE $0.00
Total $0.00
. -
• •
RKM UTILITY SERVICES,INC.
1544 VALWOOD PARKWAY STE.100
CARROLL TON TEXAS 75006
PH-972.241.2621 FAX-972.241.2624
BID PROPOSAL
5/5/2011
STORM WATER UTILITY PROJ. SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
CITY PROJECT N0.1023-TPW NO.P227-541200-20328012383
CITY OF FORT WORTH TEXAS
ITEM DESCRIPTION QUANT. UNIT UNIT PRICE TOTAL
1 CHANNEL TRAPEZOIDAL CONG . 3 CY $750.00 $2 ,250.00
2 21 "CLIII RCP 281 LF $58.00 $16,298.00
3 24"CLIII RCP 437 LF $70 .00 $30,590.00
4 27"CLIII RCP 346 LF $75 .00 $25,950.00
5 30"CLIII RCP 247 LF $89.00 $21,983.00
6 36"CLIII RCP 546 LF $115.00 $62 ,790 .00
7 42"CLIII RCP 1494 LF $153.00 $228 ,582.00
8 STORM WATER POL.PREVENTION 1 LS $3,500.00 $3,500.00
9 REMOVE EX.INLET 1 EA $400.00 $400.00
10 1 O'INLINE INLET 13 EA $2,475.00 $32,175.00
11 15'1NLINE INLET 1 EA $3,650.00 $3 ,650.00
12 REMOVE EX.FENCE 491 LF $4.00 $1,964.00
13 4'WROUGHT IRON FENCE 42 LF $24.00 $1,008.00
14 5'WROUGHT IRON FENCE 20 LF $25.00 $500.00
15 6'WROUGHT IRON FENCE 22 LF $27 .00 $594.00
16 8'CHAIN LINK FENCE 248 LF $15.00 $3,720 .00
17 1 O'CHAIN LINK FENCE 200 LF $16.00 $3 ,200.00
18 8'WOOD FENCE 36 LF $17.00 $612 .00
19 TEMPORARY FENCE 575 LF $4.00 $2 ,300.00
20 GRASS SOD 800 SY $3.00 $2,400 .00
21 4"TOPSOIL 90 CY $16.50 $1,485.00
22 5'X5' MANHOLE >4' 2 EA $4 ,500 .00 $9,000.00
23 5'X5' MANHOLE >4' STACKED 2 EA $4,300 .00 $8,600.00
24 4'X4' MANHOLE 4' 4 EA $4,200.00 $16,800.00
25 4'X4' MANHOLE 4' STACKED 1 EA $3 ,800 .00 $3 ,800 .00
26 TRENCH SAFETY >5' 3308 LF $1 .00 $3,308 .00
27 REMOVE EX.RET.WALL 117 LF $10.00 $1 ,170.00
28 MODULAR RETAINING WALL 48 SF $23.00 $1 ,104.00
29 RR TIE RETAINING WALL 1' HT 75 LF $33.00 $2,475 .00
30 STONE RETAINING WALL 1'-4' 26 LF $75.00 $1,950.00
31 UTILITY ADJUSTMENT/REPAIR 1 LS $10 ,000 .00 $10 ,000 .00
32 CURB & GUTTER 7"W/18"GUTTER 20 LF $45.00 $900.00
33 REMOVE EX.CURB & GUTTER 234 LF $6.00 $1,404.00
34 VALLEY GUITTER 76 SY $35 .00 $2,660.00
35 REMOVE EX.VALLEY GUTTER 76 SY $6.00 $456 .00
36 PROJECT SIGN 5 EA $350.00 $1 ,750.00
37 TRAFFIC CONTROL 1 LS $2 ,000.00 $2 ,000.00
38 1"WATER SERVICE 510 LF $15.00 $7 ,650.00
•
39 4"SEWER SERVICE 540 LF $14 .00 $7,560 .00
40 6"PRESSURE PIPE 66 LF $65 .00 $4 ,290 .00
41 8"PRESSURE PIPE 22 LF $68 .00 $1,496.00
42 FITTINGS 0 .6 TN $100 .00 $60.00
43 ADJ.VALVE BOX 8 EA $300.00 $2,400 .00
44 ADJUST MANHOLE 12 EA $350 .00 $4 ,200 .00
45 8"STABILIZA TION-PULVERIZATION 10100 SY $4.65 $46 ,965.00
46 CEMENT FOR STABILIZATION 132 TN $100 .00 $13 ,200 .00
47 2"HMAC SURFACE COURSE 10100 SY $10 .00 $101 ,000 .00
48 2"HMAC ON 6"FLEX TEMPORARY 2910 LF $12 .00 $34 ,920 .00
49 TYPE B BACKFILL 300 CY $14 .00 $4 ,200.00
TOTAL BID THIS UNIT $741,269.00
City of Fort Worth Project Manager: MICHAEL OWEN
Project 01023-SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
Unit/Section: 1-STORM WATER P227 541200 20328012383
Date
City Project•
Your Vendor Number
Your Company Name
Bid Items
Line Number
1
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
4/4/2011
1023
CPMS Record Number
81D-IJ0064
81[).()0081
81[).()0082
81D-IJ1092
81D-IJ0083
8 1D-IJOOB5
81D-IJOOB6
81[).()0100
81D-IJ0102
810-00106
81D-IJOt07
81D-IJ0127
B1D-IJ0126
81D-IJ0126
8 1D-IJ0126
B1D-IJ0128
81D-IJ0128
81D-IJ0129
8 1D-IJ0130
8 1D-IJ0137
8 1D-IJ0147
81D-IJ0117
810-00117
8ID-IJ011B
B1D-IJ0118
81[).()0372
B1D-IJ0616
BID-IJ061B
81D-IJ0220
81D-IJOB47
BID-00849
8 1D-IJ0454
81D-IJ1120
B1D-IJ0447
Material
Concrete
Concrete
Concrete
Concrele
Concrete
Concrete
Concrete
Sen,iceCS
ServlceCS
Concrete
Concrete
ServlceCS
other
OUler
Other
Steel
Ste el
Wood
SteeJ
Ve etation
Soi
Concrete
Concrete
Concrete
Contractor lnstruc:tlons:
Flll ln green cells with your CFW Vendor ID, your Company Namo and your bid amounts.
When your bid ts complete, save and close, start Buzzsaw and Add your proposal to tho
folder with your Company Name within project's Bid Responses folders.
Descri lion
Unit of
Measure
CUblcYllld
Linear Foot
Linear Foot
Unearfoot
Li"learFoot
Linear Foot
UnearFoot
Lum Sum
Each
Each
Each
linear Fool
Linear Foot
Unear Foot
linear Foot
linear Foot
linear Foot
Linear Foot
li1ear Foot
s are Yard
CublcYllld
Each
Each
Each
Each
Unear Foot
Linear Foot
s re Foot
Unear Foot
UnearFoot
Lum Sum
Your Unit
Quantity Price
3.00 _.t:.:.::;·;::.":··· i.:11··.'"" .. ··
281 .00 ;:~/:! ,.,.::,:i~:::~,;+''.,.1:/.
•37.oo -:-'.i-,-:-i . .;.,-1 :r.,.•+i:r;.;.j.;.,.
546.00 : .. :-,_::H~:.~;!,--.:::.•.
1494.00 ->!..-:.: .,.,., .. , · "-'·'· ., ·-
491 .00
42.00
22.00
24B.OO
200.00
36.00
575.00
800 .00
90.00
2.00
2.00
4.00
1.00
330B.OO
117.00
48.00
75 .00
26.00
1.00
Total Bid This Unit
Your Bid
S0.00
S0 .00
so.oo
$0.00
so .oo
$0.00
$0.00
$0.00
S0.00
S0.00
S0.00
$0.00
$0.00
S0.00
S0.00
S0.00
$0 .00
$0.00
S0.00
S0.00
$1.485.00
S0.00
S0.00
S0.00
$0.00
S0 .00
so.oo
S0 .00
S0.00
$0.00
$10.000.00
$0.00
S0.00
S0 .00
$0.00
S1 750.00
S0 .00
$0.00
$0.00
$0.00
S0 .00
$0.00
$2400.00
$4.200.00
$0.00
S0.00
$0.00
$19,835.00
...
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Unit(s)/Section(s) Detail Subcontracting
Company Name Working Work
Address
Teleohone/Fax
•,
LIST OF CAST IRON FITTINGS
For Project: .01023 -Summercrest Drive Drainage Improvements
ADD OR SUBTRACT FOR THE FOLLOWING CAST IRON INCLUDING
INSTALLATION.
TYPE SIZE QTY WEIGHT TOTAL WT
Bend -45 Degree 8-inch 4
Bend -45 Degree 6-inch 12
MJ Solid Sleeve 8-inch 2
MJ Solid Sleeve 6-inch 6
COST
Contractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible for
correct quanity total of all fittings and specials.
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 prohibit ed by the terms of City Ordinance
No. 7278 as amended by City Ordinance No. 7400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within 180 days after beginning construction as set forth in the written work order
to be furnished by the Owner.
(Circle and complete A or B below, as applicable)
A. The principal place of business of our company is in the State of --'~..;;..~~)(]._,,__.::> __ _
a. Nonresident bidders in the State of our principal place of
business, are required to be __ percent lower than resident bidders by state law. A
copy of the statute is attached.
b . Nonresident bidders in the State of our principal place of
business, are not required to underbid resident bidders.
B. The principal place of business of our company or our parent company or majority owner is
in the State of Texas.
Title:
Address:
Company: _________ ~--
/'5LJ L/ {l,uv o&O )Jue-wy S,ro
{p,UUJ t l 1a'1 Tf 75/.tJ/J
I .. :\ff1 v c··,,).jT1 ·1r0t'e. \;',"'·t'] ......... ·""-,~. . r· l · _ l L ... t -\. 1
Date : 5~!/
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relative to the
award of contracts to nonresident bidders. This law provides that, in order to be
awarded a contract as low bidder, nonresident bidders (out-of-state contractors
whose corporate offices or principal place of business are outside of the State of
Texas) bid projects for construction, improvements, supplies or services in Texas at
an amount lower than the lowest Texas resident bidder by the same amount that a
Texas resident bidder would be required too underbid a nonresident bidder in order
to obtain a comparable contract in the State in which the nonresident's principal
place of business is located. The appropriate blanks in Section A must be filled out
by all out-of-state or nonresident bidders in order for your bid to meet specifications .
The failure of out-of-state or nonresident contractors to do so will automatically
disqualify that bidder. Resident bidders must check the box in Section B.
A. Nonresident vendors in (give State), our principal place of
business, are required to be percent lower than resident bidders
by State law. A copy of the Statute is attached.
Nonresident vendors in (give State), our principal
place of business, are not required to underbid resident bidders.
B. Our principal place of business or corporate offices are in the State of Texas,Y
BIDDER:.
}2.M) tfr;t17f ~ hv
Company /
By:.~----<-&___.._Y:~ftil~~~-+-~~~
(Please print) 7
City/State/Zip
Title: _ __,_A_!Bi __ /.tJ_Of}--,.. __ _
' (Please print)
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
SECTION 5 -GENERAL AND SPECIAL CONDITIONS
5.1 Special Provisions (Paving-Drainage)
5.2 Part D -Special Conditions (Water-Sewer)
5.3 Wage Rates
5.4 Compliance with and Enforcement of Prevailing Wage Laws
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OFWORK .................................................................................................... SP-4
2. AWARD OF CONTRACT ................................. .' ......................................................... SP-4
3. PRECONSTRUCTION CONFERENCE ..................................................................... SP-4
4. EXAMINATION OF SITE .......................................................................................... SP-4
5. BID SUBMITTAL ....................................................................................................... SP-4
6. WATER FOR CONSTRUCTION ................................................................................ SP-5
7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-5
8. PAYMENT ................................................................................................................. SP-5
9. SUBSIDIARY WORK ................................................................................................. SP-5
10. LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ....................................................................................................... SP-5
11. WAGE RATES ........................................................................................................... SP-5
12. EXISTING UTILITIES ................................................................................................ SP-6
13. MATERIAL STORAGE .............................................................................................. SP-7
14. PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS ............................................................................................. SP-7
15. INCREASE OR DECREASE IN QUANTITIES ........................................................... SP-7
16. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS .................................. SP-7
17. EQUAL EMPLOYMENT PROVISIONS ...................................................................... SP-8
18. MINORITY AND WOMEN BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ............................................................................................ SP-8
19. FINAL CLEAN UP .................................................................................................... SP-10
20. CONTRACTOR'S COMPLIANCE WITH WORKER'S
COMPENSATION LAW .................................. · .......................................................... SP-10
21. SUBSTITUTIONS ..................................................................................................... SP-13
22. MECHANICS AND MATERIALSMEN'S LIEN ........................................................... SP-13
23. WORK ORDER DELAY ...................................................... ::·:· ... · ............................... SP-13
24. CALENDAR DAYS .................................................................................................. SP-13
25. · RIGHT TO ABANDON ............................................................................................. SP-13
26. CONSTRUCTION SPECIFICATIONS ..................................................................... SP-13
27. MAINTENANCE STATEMENT ................................................................................ SP-14
28. DELAYS ................................................................................................................... SP-14
29. DETOURS AND BARRICADES ............................................................................... SP-14
30. DISPOSAL OF SPOIUFILL MATERIAL ................................................................... SP-14
31. QUALITY CONTROL TESTING ............................................................................... SP-15
32. PROPERTY ACCESS ............................................................................................. SP-15
33. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ....................... SP-16
34. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16
35. RIGHT TO AUDIT .................................................... : ............................................... SP-16
36. CONSTRUCTION STAKES ...................................................................................... SP-17
37. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................... SP-17
38. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17
39. AIR POLLUTION WATCH DAYS .............................................................................. SP-18
Rev 2-19-10 SP-1
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONSTRUCTION ITEMS :
40 . PAY ITEM-CHANNEL-TRAPEZOIDAL -INSTALL. ............................................... SP-18
41 . PAY ITEMS -PIPE-21 INCH-CUii -INSTALL, PIPE -24 INCH-CLIII -INSTALL,
PIPE-27 INCH-CUii -INSTALL, PIPE-30 INCH -CUii -INSTALL, PIPE-36 INCH -
CUii -INSTALL, PIPE-42 INCH-CUii -INSTALL. ................................................... SP-19
42. PAY ITEM-STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP-
INSTALL ................................................................................................................... SP-19
43. PAY ITEM -INLET -REMOVE ................................................................................ SP-21
44. PAY ITEMS -INLET-INLINE-10 FT. -INSTALL, INLET-INLINE-15 FT-INSTALL . SP-21
45. PAY ITEMS -MANHOLE-4 FT X 4 FT-INSTALL, MANHOLE-4 FT X 4 FT
(STACKED)-INSTALL , MANHOLE-5 FT X 5 FT-INSTALL , MANHOLE-5 FT X 5
F.T (STACKED) -INSTALL ....................................................................................... SP-21
46 . PAY ITEM -FENCE -REMOVE .............................................................................. SP-21
47 . PAY ITEM -FENCE-CHAINLINK-INSTALL.. ......................................................... SP-22
48. PAY ITEM -FENCE-WROUGHT IRON -INSTALL ............. : ................................... SP-22
49. PAY ITEM -FENCE-PRIVACY (WOOD) -INSTALL ............................................... SP-22
50. PAY ITEM -FENCE-TEMPORARY -INSTALL ....................................................... SP-22
51. PAY ITEM -GRASS-SOD -INSTALL. ..................................................................... SP-23
52. PAY ITEM -TOP SOIL -INSTALL .......................................................................... SP-23
53 . PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL. ............... SP-23
54 . PAY ITEM-RETAINING WALL-REMOVE ............................................................ SP-24
55 . PAY ITEM-RETAINING WALL-MODULAR-INSTALL. ......................................... SP-24
56 . PAY ITEMS-RETAINING WALL-STONE-INSTALL, RETAINING WALL-
RAILROAD TIE -INSTALL ................................................................... : .................. SP-24
57. PAY ITEM -CURB AND GUTTER -REMOVE. ........................ '. .............................. SP-24
58. PAY ITEM -CURB AND GUTTER - 7 INCH w/18 INCH GUTTER -INSTALL ....... SP-24
59. PAY ITEM -PAVEMENT-VALLEY GUTTER -REMOVE ............. : .......................... SP-25
60 . PAY ITEM-PAVEMENT-VALLEY GUTTER-INSTALL ......................................... SP-25
61 . PAY ITEM -SIGN-PROJECT DESIGNATION -INSTALL. ........................ : ............. SP-26
62. PAY ITEM -TRAFFIC CONTROL -INSTALL ......................................................... SP-26
63. PAY ITEM-PAVEMENT -8-INCH PULVERIZATION -REHAB ............................ SP-27
64. PAY ITEM-PAVEMENT-CEMENT MODIFICATION (26LBS/SY)-INSTALL. ..... SP-28
65 . PAY ITEM-PAVEMENT-2 INCH SURFACE COURSE-TYPED MIX-INSTALL SP-28
66. PAY ITEM -VALVE BOX-ADJUSTMENT-SERVICES ........................................ SP-29
67 . PAY ITEM-MANHOLE-ADJUSTMENT-SERVICES .......................................... SP-29
68. PAY ITEM-WATER SERVICE-1 INCH -INSTALL ................................................ SP-29
Rev 2-19-10 SP-2
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
69. PAY ITEM-SANITARY SEWER SERVICE -4 INCH -INSTALL. ........................... SP-29
70. PAY ITEMS-6" PVC WATER PIPE -INSTALL, 8" PVC WATER PIPE -INSTALLSP-30
71. PRE BID ITEM -UTILITY ADJUSTMENT -REPAIR. ............................................... SP-30
72. NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-30
73. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-30
74. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL. ......................... SP-31
75. NON-PAY ITEM -PROJECT CLEAN-UP ................................................................. SP-31
76. NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-31
77. SCHEDULE TIERS SPECIAL INSTRUCTIONS ....................................................... SP-34
78. NON-PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ SP-34
79. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION ..................................................................................................... SP-34
80. NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................ SP-35
81. NON-PAY ITEM -WASHED ROCK .......................................................................... SP-35
82. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE OR PAVEMENT .............. SP-36
83. NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER
. VALVES ......................................................................... .-. ........................................ SP-36
84. . NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-36
85. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT ............................................ SP-36
86. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-36
Rev 2-19-10 SP-3
SPECIAL PROVISIONS
FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: Summercrest Drive Drainage Improvements
CITY PROJECT NO.: 01023
1. SCOPE OF WORK: The work covered by these plans and specifications includes
construction of approximately 3, 1 OOLF of Storm Sewer Trunk. Major bid items include
3,353LF of Storm Sewer Pipe ranging in diameter from 21 -inch to 42-inch; 2,336SY of
Permanent Asphalt Pavement Trench Repair; 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.
Rev 2-19-10 SP-4
7. SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary
conveniences for the use of workers at the project site . Specific attent ion is directed to this
equipment.
8. PAYMENT: The Contractor shall receive full payment from the City for all the work based
on un it prices bid on the proposal and specified in the plans and specifications and approved
by the ENGINEER per actual field measurement.
9. SUBSIDIARY WORK: Any and all work specifically governed by documentary
requirement for the projects, such as conditions imposed by the Plans , the General Contract
Documents or these special Contract Documents , in which no specific item for bid has been
provided for in the Proposal, shall be considered as a subsidiary item of work, the cost of
which shall be included in the price bid in the Proposal for each bid item , including but not
limited to surface restoration cleanup and relocation of mailboxes.
AU 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 reta in the full
amounts claimed by the claimant or claimants as the difference between wages paid and
wages due under the prevailing wage rates, such amounts being subtracted from
successive progress payments pending a final determination of the violation.
Rev 2-19-10 SP-5
Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258.023 , Texas Government Code ,
including a penalty owed to the City or an affected worker, shall be submitted to binding
arbitration in accordance with the Texas General Arbitration Act (Article 224 et seq .,
Revised Statutes) if the contractor or subcontractor and any affected worker do not
resolve the issue by agreement before the 15th day after the date the City makes its
initial determination pursuant to paragraph (c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required , a district court shall appoint an arbitrator on the petition of any of
the persons. The City is not a party in the arbitration. The decision and award of the
arbitrator is final and binding on all parties and may be enforced in any court of
competent jurisdiction .
Records to be Maintained .
The contractor and each subcontractor shall, for a period of three (3) years following the
date of acceptance of the work, maintain records that show (i) the name and occupation
of each worker employed by the contractor in the construction of the work provided for in
this contract; and (ii) the actual per diem wages paid to each worker. The records shall
be open at all reasonable hours for inspection by the City. The provisions of the Audit
section of these contract documents shall pertain to this inspection .
Pay Estimates.
With each partial payment estimate or payroll period , whichever is less, the contractor
shall submit an affidavit stating that the contractor has complied with the requirements of
Chapter 2258, Texas Government Code.
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of
the project at all times.
Subcontractor Compliance.
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above.
12. EXISTING UTILITIES : The locations and dimensions shown on the plans relative to
existing utilities are based on the best information available . It shall be the Contractor's
responsibility to verify location of adjacent and/or conflicting utilities sufficiently in advance of
construction in order that he may negotiate such local adjustments as are necessary in the
construction process in order to provide adequate clearance . The Contractor shall take all
necessary precautions in order to protect all services encountered .
Any damage to utilities and any losses to the utility or City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense.
13 .. MATERIAL STORAGE: Material shall not be stored on private property un less the
Contractor has obtained permission in writing from the property owner and storage of
material on the private property comp li es with current City zoning requirements for the use of
property for storage purposes . '
Rev 2-19-10 SP-6
14. PROTECTION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall
take adequate measures to protect all existing structures, improvements and utilities, which
may be encountered .
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the Design Consultant to be accurate as to extent, location and
depth, they are shown on the plans as the best information available at the time of design,
from the Owners of the utilities involved and from evidences found on the ground.
15. INCREASE OR DECREASE IN QUANTITIES: The quantities shown in the Proposal are
approximate. It is the Contractor's sole responsibility to 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.
16. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants
and agrees to indemnify City's Design Engineer and Architect, and their personnel at the
project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to
indemnify, hold harmless and defend, at its own expense, the City, its officers, servants and
employees, from and against any and all claims or suits for property loss, property damage,
personal injury, including death, arising out of, or alleged to arise out of, the work and
services to be performed hereunder by Contractor, its officers, agents, employees,
subcontractors, licensees or invitees, whether or not any such injury, damage or death is
caused, in whole or in part, by the negligence or alleged negligence of City, its
officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the City from and against any and all injuries to City's officers, servants
and employees and any damage, loss or destruction to property of the City arising from the
performance of any of the terms and conditions of this Contract, whether or not any such
injury or damage is caused in whole or in part by the negligence or alleged negligence
of City, its officers, servants or employees.
In the event City receives a written claim for damages against the Contractor or its
subcontractors prior to final payment, final payment shall not be made until Contractor either
(a) submits to City satisfactory evidence that the claim has been settled and/or a release
from the claimant involved, or (b) provides City with a letter from Contractor's liability
insurance carrier that the claim has been referred to the insurance carrier.
The Director may, if deemed appropriate, refuse to accept bids on other City of Fort Worth
public work from a Contractor against whom a claim for damages is outstanding as a result
of work performed under a City Contract.
Rev 2-19-10 SP-7
17. EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 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.
18. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE} COMPLIANCE: In
accordance with City of Fort Worth Ordinance No. 15530, the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts. The Ordinance is incorporated in these specifications by reference. A copy of the
Ordinance may be obtained from the Office of the City Secretary. Failure to comply with the
ordinance shall be a material breach of contract.
M/WBE UTILIZATION FORM, M/WBE GOALS WAIVER FORM AND GOOD FAITH
EFFORT FORM, as applicable, must be submitted within five (5) City business days after bid
opening . Failure to comply shall render the bid non-responsive.
Upon request, Contractor agrees to provide the City complete and accurate information
regarding actual work performed by a Minority or Women Business Enterprise (M/WBE) on
the contract and payment thereof. Contractor further agrees to permit an audit and/or
examination of any books, records or files in its possession that will substantiate the actual
work performed by an MBE and/or WBE. The misrepresentation of acts (other than a
negligent misrepresentation) and /or the commission fraud by the Contractor will be grounds
for termination of the contract and/or initiating action under appropriate federal, state, or local
laws or ordinances relating to false statement. Further, any such misrepresentation (other
than a negligent misrepresentation) and/or commission of fraud will result in the Contractor
being determined to be irresponsible and barred from participating in City work for a period of
time not less than three years.
The City will consider the Contractor's performance regarding its M/WBE program in the
evaluation of bids. Failure to comply with the City's M/WBE Ordinance, or to demonstrate
"good faith effort", shall result in a bid being rendered non-responsive to specifications.
Contractor shall provide copies of subcontracts or co-signed letters of intent with approved
M/WBE subcontractors prior to issuance of the Notice to Proceed. Contractor shall also
provide monthly reports on utilization of the subcontractors to the City's M/WBE office.
The Contractor may count first and second tier subcontractors and/or suppliers toward
meeting the goals. The Contractor may count toward its goal a portion of the total dollar
amount of the contract with a joint venture equal to the percentage of the M/WBE
participation in the joint venture for a clearly defined portion of the work to be performed. All
M/WBE Contractors used in meeting the goals must be certified prior to the award of the
Contract. The M/WBE Contractor(s) must be certified by either the North Central Texas
Regional Certification Agency (NCTRCA) or Texas Department of Transportation (TxDOT),
Highway Division and must be located in the nine (9) county marketplace or currently doing
business in the marketplace at time of bid. The Contractor shall contact all such M/WBE
subcontractors or suppliers prior to listing them on the M/WBE utilization or good faith effort
Rev 2-19-10 SP-8
forms as applicable. Failure to contact the listed M/WBE subcontractor or supplier prior to
bid opening may result in the 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 part icipation
commitments submitted with or subsequent to the bid , and ,
2. If substantial subcontracting and/or substant ial 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 proppsal used by the Contractor in preparing his M/WBE
Participation plan .
d . Default by the M/WBE subcontractor or supplier in the performance of
the subcontractor.
Within ten (10) days after final payment from the City, the Contractor shall
provide the M/WBE Office with documentation to reflect final participation of
each subcontractor and supplier used on the project , inclusive of M/WBEs.
19 . FINAL CLEAN-UP : Final cleanup work shall be done for this project as soon as the
paving and curb and gutter has been completed. No more than seven days shall elapse
after completion of construction before the roadway and R.OW. is cleaned up to the
satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of the
work before acceptance by the City or its representative. This cleanup shall include removal
of all objectionable rocks , pieces of asphalt or concrete and other construction materials, and
in general restoring the worksite to an orderly appearance .
20. CONTRACTOR COMPLIANCE WITH WORKER 'S COMPENSATION LAW:
22. Workers Compensation Insurance Coverage
Rev 2-19-10 SP-9
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 d irectly 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 Co'de, Section 401 .011 (44) or all employees of the
Contractor providing services on the project, for the duration of the project.
c. The Contractor must provide a certificate of coverage to the governmental entity prior to
being awarded the contract. , .. ..,,,
d . If the coverage period shown on the Contractor's current certificate of coverage ends
during the duration of the project, the Contractor must, prior to the end of the coverage
period , file a new certificate of coverage with the governmental entity showing that
coverage has been extended .
e. The Contractor shall obtain from each person providing services on a project, and
provide to the governmental entity: ·
(1)
(2)
. Rev 2-19-10
a certificate of coverage, prior to that person beginning work on .the
project, so the governmental entity will have on file certificates of
coverage showing coverage for all persons providing services on the
project; and
no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate 9f coverage ends during the
duration of the project.
SP -10
f. The Contractor shall retain all required certificates of coverage for the duration of the
project and for one year thereafter.
g. The Contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the Contractor knew or should have known, or any
change that materially affects the provision of coverage of any person providing services
on the project.
h. The Contractor shall post on each project site a notice, in the text , form and manner
prescribed by the Texas Worker's Compensation , informing all persons providing
services on the project that they are required to be covered, and stating how a person
may verify coverage and report lack of coverage.
i. The Contractor shall contractually require each person with whom it contracts to provide
services on a project, to:
Rev 2-19-10
(1) provide coverage, based on proper reporting on classification codes
and payroll amounts and filing of any coverage agreements, which
meets the statutory requirements of Texas Labor Code, Section
401 .011 (44) for all of its employees providing services on the project,
for the duration of the project;
(2) provide to the Contractor, prior to that 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;
22. obtain form each other person with whom it contracts , and provide to the
Contractor:
(a) a certificate of coverage , prior to the other person beginning
work on the project; and
(b) a new certificate of coverage showing extension of coverage ,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project;
(c) retain all required certificates of coverage on file for the
duration of the project and for one year thereafter.
(d} notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) days after the person knew or
should have known , of any change that materially affects the
SP-11
provis ion of coverage of any person providing services on the
project; and
(e) contractually require each person with whom it contracts , to
perform as required by paragraphs (1)-(7), with the certificates
of coverage to be provided to the person for whom they are
providing services.
j. By signing this contract or providing or causing to be provided a certificate of
coverage , the Contractor is representing to the governmental entity that all
employees of the Contractor who will provide services on the project will be
covered by worker's compensation coverage for the duration of the project,
that the coverage will be based on proper reporting of classification codes and
payroll amounts , and that all coverage agreements will be filed with
appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation . Providing false or
misleading information may subject the Contractor to administrative , criminal,
civil penalties or other civil actions .
k. The Contractor's failure to comply with any of these provisions is a breach of
contract by the Contractor which entitles the governmental entity to declare
the contract void if the Contractor does not remedy the breach within ten day
after receipt of notice of breach from the governmental entity.
22. 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 th is site or providing services
related to this construction project must be covered by worker's compensation
insurance . Th is includes persons providing, hauling, or delivering equipment
or materials, or providing lqbor or transportation or other service related to the
project , regardless of the identify of their employer or status as an employee."
Call the Texas Worker's Compensation Commission at 512-463-3642 to
receive information on the legal requirement for coverage, to verify whether
your employer has provided the required coverage , or to report an employer's
failure to provide coverage".
21. SUBSTITUTIONS: . The specifications for materials set out the minimum standard of
quality that the City believes necessary to procure a satisfactory project. No substitutions will
Rev 2-19-10 SP-12
be permitted until the Contractor has received written permission of the ENGINEER to make
a substitution for the material that has been specified . Where the term "or equal ", or "or
approved equal " is used, it is understood that if a material, product, or piece of equipment
bearing the name so used is furnished, it will be approvable, as the particular trade name
was used for the purpose of establishing a standa rd 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 respons ibility of providing that
the proposed substitution is, in fact, equal, and the ENGINEER, as the representative of the
City, shall be the sole judge of the acceptability of substitutions. The provisions of the sub-
section as related to "substitutions" shall be applicable to all sections of these specifications.
22. MECHANICS AND MATERIALMEN'S LIEN: The Contractor shall be required to execute
a release of mechanics and materialmen's liens upon receipt of payment.
23 . WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and
easements and/or permits obtained on this project within sixty (60) days of advertisement of
this project. The work order for subject project will not be issued until all utilities, right-of-
ways, easements and/or permits are cleared or obtained . The Contractor shall not hold the
City of Fort Worth responsible for any delay in issuing the work order for this Contract.
24. CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted
number of calendar days .
25. RIGHT TO ABANDON : The City reserves the right to abandon , without obligation to the
Contractor, any part of the project or the entire project at any time before the Contractor
begins any construction work authorized by the City. ·
26. CONSTRUCTION SPECIFICATIONS: This cont ract and project are governed by the two
following published specifications , except as modified by these Special Provisions:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
STANDARD SPECIF/CATIONS FOR PUBLIC WORKS CONSTRUCT/ON
NORTH CENTRAL TEXAS
A copy of either of these specifications may be purchased at the Office of the Department of
Transportation and Public Works, 1000 Throckmorton Street , 2nd Floor, Municipal Building,
Fort Worth, Texas 76102. The specifications applicable to each pay item are indicated in
the call-out for the pay item by the ENGINEER. General Provisions shall be those of the Fort
Worth document rather than Division 1 of the North Central Texas document.
27 . MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmanship , or both ; for a period of two (2) years from
date of final acceptance of this proj ect and will be required to replace at his expense any part
or all of the project which becomes defective due to these causes .
28. DELAYS: The Contractor shall receive no compensation for delays or hindrances to the
work, except when direct and unavoidable extra cost to the Contractor is caused by the
Rev 2-19-10 SP-13
failure of the City to provide information or material, if any , wh ich is to be furnished by the
City. When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Transportation and Public Works
Department and if by him found correct shall be approved and referred by him to the Council
for final approval or disapproval ; and the action thereon by the Council shall be final and
binding. If delay is caused by specific orders given by the ENGINEER to stop work or by the
performance of extra work or by the failure of the City to provide material or necessary
instructions for carrying on the work , then such delay will entitle the Contractor to an
equivalent extension of time , his application for which shall , however, be subject to the
approval of the City Council ; and no such extension of time shall release the Contractor or
the surety on his performance bond form all his obligations hereunder which shall remain in
full force until the discharge of the contract.
29 . DETOURS AND BARRICADES: The Contractor shall prosecute his work in such a
manner as to create a minimum of interruption to traffic and pedestrian facilities and to the
flow of vehicular and pedestrian traffic within the project area. Contractor shall protect
construction as required by ENGINEER by providing barricades.
Ba rricades , warning and detour signs shall conform to the Standard Specifications "Barriers
and Warning and/or Detour Signs," Item 524 and/or as shown on the plans.
Construction signing and barricades shall conform with the latest version of the "Texas
Manual on Un iform Traffic Control Devices for Streets and Highways"
30. DISPOSAL OF SPOIUFILL MATERIAL : Prior to the disposing of any spoil/fill material ,
the Contractor shall advise the Director of the Department of Transportation and Public
Works acting as the City of Fort Worth's Flood Plain Administrator ("Administrator"), of the
location of all sites where the Contractor intends to dispose of such material. Contractor
shall not dispose of such material until the proposed sites have been determined by the
Administrator to meet the requirements of the Flood Plain Ordinance of the City of Fort Worth
(Ordinance No. 10056). All disposal sites must be approved by 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 stat ing 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 eng ineering studies, shall be at the
Contractor's expense. In the event that the Contractor disposes of spoil/fill materials at a site
without a fill permit or a letter from the administrator approving the disposal site, upon
notification by the Director of Transportation and Public Works, Contractor shall remove the
spoil/fill material at its expense and dispose of such materials in accordance with the
Ordinance of the City and this section.
Rev 2-19-10 SP-14
31. QUALITY CONTROL TESTING :
(a) The Contractor shall furnish, at its own expense, certifications by a private laboratory
for all materials proposed to be used on the project, including a mix design for any
asphaltic and/or Portland cement concrete to be used and gradation analysis for sand
and crushed stone to be used along with the name of the pit from which the material
was taken . The Contractor shall provide manufacturer's certifications for all
manufactured items to be used in the project and will bear any expense related
thereto.
(b) Tests of the design concrete mix shall be made by the Contractor's laboratory at least
nine days prior to the placing of concrete using the same aggregate, cement and
mortar which are to be used later in the concrete. The Contractor shall provide a
certified copy of the test results to the City .
(c) Quality control testing of on site material on this project will be performed by the City
at its own expense. Any retesting required as a result of failure of the material to
meet project specifications will be at the expense of 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 equ ipment conforming to the requirements of the contract.
(d) Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requiring testing . The Contractor shall provide access and trench safety
system (if required) for the site to be tested and any work effort involved is deemed to
be included in the unit price for the item being tested.
(e) The Contractor shall provide a copy of the trip ticket for each load of fill material
delivered to the job site . The ticket shall specify the name of the pit supplying the fill
material.
32 . PROPERTY ACCESS : Access to adjacent property shall be maintained at all times
unless otherwise directed by the ENGINEER.
33. SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES:
The following procedures will be followed regarding t he subject item on this contract:
(a) A warning sign not less than five inches by seven inches, painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
as cranes, derricks, power shovels , drilling rigs , pile drivers , hoisting equipment or
similar apparatus. The warning sign shall read as follows:
"WARNING-UNLAWFUL TO OPERA TE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES ."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm , except back hoes or dippers
and insulator links on the lift hood connections .
Rev 2-19-10 SP -15
(c) When necessary to work within six feet of high voltage electric lines, notification shall
be given the power company which will erect temporary mechanical barriers , de-
energize the line or raise or lower the line . The work done by the power company
shall not be at the expense of the City of Fort Worth . The notifying department shall
maintain an accurate log of all such calls to the power company and shall record
action taken in each case .
(d) The Contractor is required to make arrangements w ith the power company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
(e) No person shall work within six feet of a high voltage line without protection having
been taken as outlined in Paragraph (c).
34. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Con t ractor performing any work
on Fort Worth water or sanitary sewer facilities must be pre-qualified with the Water
Department to perform such work in accordance with procedures described in the current
Fort Worth Water Department General Specifications which general specifications shall
govern performance of all such work.
35. RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract have access to and the right to examine and photocopy
any directly pertinent books, documents, papers and records of the Contractor
involving transactions relating to this contract. Contractor agrees that the City shall
have access during normal working hours to all necessary Contractor facilities and
shall be provided adequate and appropriate workspace in order to conduct 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 di rectly 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 t.he City. The City agrees to reimburse Contractor for the cost of copies
at the rate published in the Texas Administrative Code in effect as of the time copying
is performed.
36. CONSTRUCTION STAKES:
The City, through its Surveyor or agent, will provide to the Contractor construction stakes or
othe r customary methods of markings as may be found consistent with professional practice
to establish line and grade for roadway and utility construction and centerlines and
benchmarks for bridgework. These stakes shall be set sufficiently in advance to avoid delay
Rev 2-19-10 SP -16
whenever practica l. One set of stakes shall be set for all storm sewer construction . It shall be
the sole responsibility of the Contractor to preserve , maintain, transfer, etc., all stakes
furnished until completion of the construction phase of the project for which they were
furnished.
If, in the opinion of the ENGINEER, a sufficient number of stakes or markings provided by
the City have been lost, destroyed, or disturbed, that the proper prosecution and control of
the work contracted for in the Contract Documents cannot take place, then the Contractor
shall replace such stakes or markings as required. An individual registered by the Texas
Board of Professional Land Surveying as a Registered Professional Land Surveyor shall
replace these stakes, at the Contactor's expense. No claims for delay due to a lack of
replacement of construction stakes will be accepted , and time will continue to be charged in
accordance with the Contract Documents.
37. 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.
38. EARLY WARNING SYSTEM FOR CONSTRUCTION : Time is of the essence in the
completion of this contract. In order to insure that the Contractor is responsive when notified
of unsatisfactory performance and/or of failure to mainta in 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 1 O 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 ind ividuals will distributed by the Transportation and Public Works
Department's Public Information Officer.
4 . Upon receipt of the Contractor's response, the appropriate City departments
and directors will be notified. The Transportation and Public Works
Department will , if necessary, then forward updated notices to the interested
individuals.
Rev 2-19-10 SP-17
5. If the Contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second t ime prior to the completion of the contract, the bonding
company will be notified appropriately.
39 . AIR POLLUTION WATCH DAYS: The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as "AIR
POLLUTION WATCH DAYS". Typically, the OZONE SEASON , within the Metroplex area,
runs from May 1 through OCTOBER 31, with 6:00 a.m . -10:00 a.m. being critical BECAUSE
EMISSIONS FROM THIS TIME PERIOD HAVE ENOUGH TIME TO BAKE IN THE HOT
ATMOSPHERE THAT LEADS TO EARLY AFTERNOON OZONE FORMATION.
The Texas Commission on Environmental Quality (TCEQ), in 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 emuls ions , or alternative fuels such as CNG .
If the Contractor is unable to perform continuous work for a period of at least seven hours
between the hours of 7:00 a.m . - 6 :00 p.m., on a designated Air Pollution Watch Day , the
calendar days allowed may be adjuste
CONSTRUCTION
40. PAY ITEM-CHANNEL-TRAPEZOIDAL-INSTALL {BID-00064):
. This item shall include the removal and reconstruction of existing concrete channel at
locations shown on the plans ·or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 418 "Riprap", and Item 406 "Concrete for Structures";
as well as figure SD-019 .
Sawcutting and removal of exist ing concrete channel , and necessary excavation to install
concrete channel shall be subsidiary to this pay item .
· The unit price per square yard shown on the Proposal shall be .full compensation for all
materials, labor, equipments , tools and incidentals necessary to complete the work.
Rev 2-19-10 SP-18
41. PAY ITEMS-PIPE-21 Inch-CL Ill -INSTALL (BID-00081),
PIPE-24 Inch-CL Ill -INSTALL (BID-00082),
PIPE-27 Inch-CL Ill -INSTALL (BID-01092),
PIPE -30 Inch -CL Ill -INSTALL (BID-00083),
PIPE-36 Inch-CL Ill -INSTALL (BID-00085),
PIPE-42 Inch -CL Ill -INSTALL (BID-00086):
This item shall include the furnishing and installation of new Class Ill Reinforced Concrete
Pipe, appurtenant fittings and connections at locations shown on the plans .
This item · shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 440 'Reinforced Concrete Pipe' and Item 402 'Trench
Excavation and Backfill for Storm Drain.' Jetting of trench backfill will not be allowed on this
project.
: Work subsidiary to this pay item includes all the proposed excavation and trench backfill in
the project area, including use of cement stabilized sand within initial backfill along pipe
grades equal to or exceeding ten percent (10%). Excess material which is obtained from
excavating the trench may be used for fill placement subject to the provisions of Item 114
'Embankment' and approval of the ENGINEER.
All excavated material which is unacceptable as fill material shall become the property of the
Contractor to be hauled off the site and disposed of properly. Unacceptable material shall
be, but not limited to: rocks, concrete, asphalt, debris, etc. The cost for removal and disposal
of unacceptable material shall be subsidiary to the unit prices.
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work for each.
42. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP -
INSTALL (BID-00100):
This item will consist of the basic requirements which the Contractor must comply with in
order to provide for storm water pollution prevention.
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is
required for all construction activities that result in the disturbance of one to five acres (Small
Construction Activity) or five or more acres of total land (Large Construction Activity). The
Contractor is defined as an "operator" by state regulations and is required to obtain a permit.
Soil stabilization and structural practices have been selected and designed in accordance
with North Central Texas Council of Governments Best Management Practices and Erosion
Control Manual for Construction Activities (BMP Manual).
Not all of the structural controls discussed in the BMP Manual will necessarily apply to this
project. Best Management Practices are 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%.
Rev 2-19-10 SP-19
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.
SMALL CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not
required. However, a TCEQ Site Notice form must be completed and posted at the site. A
copy of the completed Site Notice must be sent to the City of Fort Worth Department of
Environmental Management at the address listed above. A SWPPP, prepared as described
above , shall be implemented at least 48 hours before the commencement of construction
activities. The SWPPP must include descriptions of control measures necessary to prevent
and control soil · erosion; sedimentation and water pollution and will be included in the
contract documents . The control measures shall be installed and maintained throughout the
construction to assure effective and continuous water pollution control. The controls may
include , but not be limited to, silt fences, straw bale dikes , rock berms, diversion dikes,
interceptor swales, sediment traps and basins , pipe slope drain, inlet protection, stabilized
construction entrances, seeding, sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result
in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual."
Deviations from the proposed control measures must be submitted to the ENGINEER for
approval.
The lump sum unit price shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work as contained within
the project SWPPP
Rev 2-19-10 SP-20
43. PAY ITEM-INLET .... REMOVE (BID-00102):
These items include removal of existing concrete curb inlets at locations shown on the plans.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 100 'Preparing Right of Way'.
The price bid per each as shown in the Proposal will be full payment for materials including
all labor, equipment, tools and incidentals necessary to complete the work.
44. PAY ITEMS -INLET-INLINE-10 Ft -INSTALL (BID-00106),
INLET-INLINE-15 Ft .... INSTALL (BID-00107):
This item shall include furnishing materials and construction of inlets at locations shown on
the plans .
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as figures SD-001
and SD-020.
The unit price per each shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work for each.
45. PAY ITEMS -MANHOLE -4 Ft X 4 Ft -INSTALL (BID-00118),
MANHOLE-4 Ft X 4 Ft (STACKED) -INSTALL (BID-00118),
MANHOLE - 5 Ft X 5 Ft .... INSTALL (BID-00117),
MANHOLE - 5 Ft X 5 Ft (STACKED} .... INSTALL (BID-00117):
This item shall include furnishing materials and construction of manholes at locations shown
on the plans.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 444 "Manholes and Inlets"; as well as figures SD-006,
SD-007 and SD-010.
The unit price per each shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work for each .
46. PAY ITEM -FENCE .... REMOVE (BID-00127):
This item shall include the removal and disposal of fence at locations shown on the plans or
where deemed necessary by the ENGINEER.
The Contractor shall be responsible for keeping livestock/pets within the fenced areas during
construction operations and while removing and relocating the fence , and for any damage or
injury sustained by persons, livestock/pets or property on account of any act of omiss ion,
neglect or misconduct of his agents, employees , or subcontractors.
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials , labor, equipments, tools and incidentals necessary to complete the work.
Rev 2-19-10 SP-21
47. PAY ITEM -FENCE -CHAIN LINK-INSTALL (BID-00128):
This item shall include the installation of new 8-feet and 10-feet fence at locations shown on
the plans or whe re deemed necessary by the ENGINEER.
This item shall be governed by all appl icable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 510 'Chain Link Fence '. The constructed fence shall be
equal in every way, or superior, to the fence removed.
The unit price per linear · foot shown on the Proposal shall be full compensation for all
materials, labor, equ ipments , too ls and incidentals necessary to complete the work for each .
48 . PAY ITEM-FENCE-WROUGHT IRON -INSTALL (BID-00126):
This item shall include the installation of new 4-feet and 6-feet fence at locations shown on
the plans or where deemed necessary by the ENGINEER.
All materials furnished shall match existing fencing materials . Fence posts shall be set to a
minimum depth of 2.5 feet , spacing and panel lengths shall match existing fence.
The constructed fence shall be equal in every way , or superior, to the fence removed : The
unit price per linear foot shown on the Proposal shall be full compensation for all materials,
labor, equipments, tools and incidentals necessary to complete the work.
49. PAY ITEM-FENCE-PRIVACY (WOOD) -INSTALL (BID-00129):
This item shall include the installation of new 6-feet fence at locations shown on the plans or
where deemed necessary by the ENGINEER.
All materials furnished shall match existing fencing materials. Fence posts shall be set to a
minimum depth of 2.5 feet , spacing and panel lengths shall match existing fence .
The constructed fence shall be equal in every way , or superior, to the fence removed. The
unit price per linear foot shown on the Proposal shall be full compensation for all materials ,
labor, equipments, tools and incidentals necessary to complete the work.
50 . PAY ITEM-FENCE-TEMPORARY-INSTALL (BID-00130):
This item shall include the installation and subsequent removal and disposal of the temporary
fence at the locations shown on the plans or where deemed necessary by the ENGINEER.
The Contractor shall exercise caution in removing and salvaging the materials so they may
be used in reconstructing the fence. The constructed fence shall be equal in every way, or
superior, to the fence removed . The Contractor shall be responsible for keeping
pets/livestock within the fenced areas during construction operation and while removing and
relocating the fence, and for any damage or injury sustained by persons, pets/livestock or
property on account of any act of omission, neglect or misconduct of his agents, employees,
or subcontractors.
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials , labor, equipments, tools and incidentals necessary to complete the work for each .
Rev 2-19-10 SP -22
51. PAY ITEM-GRASS-SOD-INSTALL (BID -00137):
This item shall include furn ishing and installation of block sodding at locations deemed
necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction , City of Fort Worth , Item 118 'Sodding '.
The unit price per square yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work .
52 . PRE BID ITEM -TOP SOIL -INSTALL (BID-00147):
This item shall include furnishing and installation of topsoil at locations deemed necessary by
the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth , Item 116 'Topsoil'.
The proposed quantities shown are calculated to provide topsoil 4 inches in depth
(compacted) over the parkway area and do not include deeper than design depth behind the
curb. The pay item is intended to pay for topsoil that must be imported where suitable
material is either not available on the job or cannot reasonably be stored on-site. Payment
will be made on the basis of loose truck volume (full truck with sideboards up) tickets and
material must meet City of Fort Worth standards for topsoil. Only the volume imported will be
paid for and may be substantially less than the proposal quantities listed .
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.
53. PAY ITEM -TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372):
This item will consist of the basic requirements which the Contractor ·•must comply with in
order to provide for the safety and health of workers in a trench . The Contractor shall
develop , design and implement the trench excavation safety protection system. The
Contractor shall bear the sole responsibility for the adequacy of the trench safety system and
providing "a safe place to work " for the workman .
This item shall be governed by all applicable prov isions of Standard Specifications for
Construction , City of Fort Worth , Item 525 Trench Safety System'.
The trench excavation safety protection system shall be used for all trench excavations
deeper than . five (5) feet. The Excavating and Trenching Operation Manual of the
Occupational Safety and Health Administration, U.S . Department of Labor, shall be the
minimum governing requirement of this item and is hereby made a part of this specification.
The Contractor shall , in addit ion, comply with all other applicable Federal, State and local
rules , regulations and ordinances.
All methods used for trench excavation safety protection shall be measured by the linear foot
of t rench 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.
Rev 2-19-10 SP-23
54. PAY ITEM-RETAINING WALL-REMOVE (810-00412):
These items include removal of existing modular block, stone and railroad tie retaining walls
at locations shown on the plans or as directed by the ENGINEER.
The price bid per linear foot as shown in the Proposal will be full payment for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
55. PAY ITEM-RETAINING WALL-MODULAR-INSTALL (810-00413),
These items include furnishing and installation of modular block retaining walls at locations
shown on the plans or as directed by the ENGINEER. The new materials used ·and
installation of retaining wall shall match the existing wall. This item shall be governed by all
applicable provisions of Standard Specifications for Construction, City of Fort Worth, Item
400 ".
The price bid per square foot as shown in the Proposal will be full payment for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
56. PAY ITEMS-RETAINING WALL-STONE -INSTALL (810-00411),
RETAINING WALL-RAILROAD TIE -INSTALL (810-00411):
These items include furnishing and installation of stone and railroad tie retaining walls at
locations shown on the plans or as directed by the ENGINEER. The new materials used and
installation of retaining wall shall match the existing wall. The height of the wall shall be
subsidiary to this pay item. This item shall be governed by all applicable provisions of
Standard Specifications for Construction, City of Fort Worth, Item 400 ".
The price bid per linear foot as shown in the Proposal will be full payment for materials
including all labor, equipment, tools and incidentals necessaryto complete the work.
57, PAY ITEM-CURB & GUTTER-REMOVE (810-00424):
These items include sawcutting and removal of existing concrete curb and gutter at locations
shown on the plans or where deemed necessary by the ENGINEER. This item shall be
governed by all applicable provisions of Standard Specifications for Construction, City of Fort
Worth, Item 104 'Removing Old Concrete'.
The price bid per linear foot as shown in the Proposal will be full payment for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
58. PAY ITEM -CURB & GUTTER-7 INCH w/18 INCH GUTTER-INSTALL (810-00426):
This item will consist of the furnishing and placing of concrete curb and gutter on HMAC
paved streets along the alignment of the proposed storm sewer trunk, as specified in these
specifications and at other locations as may be directed by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 502 'Concrete Curb & Gutter'; as well as drawing
No.S-S3.
· A 5" (minimum) or greater, as required , depth of stabilized subgrade properly compacted
under the proposed curb and gutter, as shown in the construction details shall be installed
and shall be subsidiary to the unit price bid.
Rev 2-19-10 SP-24
If the Contractor fails to backfill either in front of the gutter or behind the curb within seven (7)
calendar days of pouring the curb and gutter, the amount paid for the curb and gutter shall be
reduced by 25% until the backfill operation is complete.
Standard Specifications Item No . 502, shall apply except as herein modified. Concrete shall
have minimum compressive strength of three thousand (3,000) pounds per square inch in
twenty-eight (28) days. The quantity of mixing water shall not exceed seven (7) gallons per
sack (94 lbs.) of Portland Cement. The slump of the concrete shall not exceed three (3)
inches . A minimum cement content of five (5) sacks of cement per cubic yard of concrete is
required.
The price bid per linear foot as shown in the Proposal will be full payment for materials
including all labor, equipment, tools and incidentals necessary to complete the work.
59 . PAY ITEM -PAVEMENT -VALLEY GUTTER -REMOVE {BID-00474):
This item shall include the removal of concrete valley gutters at locations shown on the plans
or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 104, "Removing Old Concrete" and Item No. 106,
"Unclassified Street Excavation".
Sawcutting and removal of existing concrete valley gutter, asphalt pavement, concrete base ,
curb and gutter, and necessary excavation to install the concrete valley gutter shall be
subsidiary to this pay item.
The unit price per square yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work.
60. PAY ITEM-PAVEMENT-VALLEY GUTTER-INSTALL (BID-00473):
This item shall include the construction of concrete valley gutters at locations shown on the
plans or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 314 "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete", and Item No. 208 "Flexible Base"; as well as drawing No .S-S6.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed
by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter
details shall be subsidiary to this Pay Item.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at
no additional cost. See Item 314" Concrete Pavement". The concrete shall be designed to
achieve a minimum compressive strength of 3000 pounds per square inch.
The unit price per square yard shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work.
Rev 2-19-10 SP-25
61. PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL (BID-00504):
This item shall include the furnishing and installation of project signs at the following
locations:
Cloudview/Summercrest Intersection ; Stonehenge/Summercrest Intersection;
Thistle/ Summercrest Intersection ; Briarhaven/ Summercrest Intersection ;
Arroyo/Trails Edge intersection
or where deemed necessary by the ENGINEER.
The Contractor shall construct and install five (5) Project Designation Signs and it will be the
responsibility of the Contractor to maintain the signs in a presentable condition at all times on
each project under construction . Maintenance will include painting and repairs as directed by
the ENGINEER.
It will be the responsibility of the Contractor to have the individual project signs lettered and
painted in accordance with the enclosed detail. The quality of the paint , painting and
lettering on the signs shall be approved by the ENGINEER. The height and arrangement of
the lettering shall be in accordance with the enclosed detail. The sign shall be constructed of
%" fir plywood , grade A-C (exterior) or better. These signs shall be installed on barricades or
as directed by the ENGINEER and in place at the project site upon commencement of
construction .
The work, which includes the painting of the signs , installing and removing the signs,
furnishing the materials, supports and connections to the support and maintenance shall be
to the satisfaction of the ENGINEER.
A unit price bid per each 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.
62. PAY ITEM -TRAFFIC CONTROL-INSTALL (BID-00181):
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part
of the "Street Use Permit" a traffic control · plan is required . The Contractor shall be
responsible for providing traffic control during the construction of this project consistent with
the provisions set forth in the "Latest Edition Texas Manual on Uniform Traffic Control
Devices for Streets and Highways" issued under the authority of the "State of Texas Uniform
Act Regulating Traffic on Highways," codified as Article 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 contro l 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.
Rev 2-19-10 SP-26
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 inplace until the temporary sign
requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled , the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed.
The lump sum unit price shown on the Proposal shall be full compensat ion for design,
installation, maintenance, removal and shall include all materials , labor, equipments, tools
and incidentals necessary to complete the work .
63. PAY ITEM -PAVEMENT-8 INCH PULVERIZATION-REHAB (810-00454):
This item will consist of the pulverizing and rehabilitating existing asphalt pavement 8 inches
in depth within the project limits along Briarhaven Road (from Summercrest Drive east to
terminus at cul-de-sac); Summercrest Drive (from Briarhaven Road to Cloudview Road);
Thistle Lane (from Summercrest Drive to 80-ft west); Stonehenge Road (from Summercrest
Drive to 95-ft west); Cloudview Road (from Summercrest Drive to 80-ft west); Trails Edge
Road (from Arroyo Road south to terminus at cul-de-sac); and along Arroyo Road (from
Trails Edge Road to 70-ft west); or where deemed necessary by the ENGINEER.
Contractor shall pulverize the existing pavement to a depth of 8 inches . After pulverization is
completed, contractor shall temporarily remove and store the 8 inch deep pulverized
material, then cut the base an add itional 2 inch, to provide place for the proposed 2 inch
H.M.A.C. overlay. The 2 inch base cut shall start at a depth of 8 inches from the existing
pulverized surface . After the undercut operation is completed , contractor shall spread, mix,
. and compact the pulverized material to a 95% compaction per City's Standard Specifications
or as directed by the Engineer in the field . A 3.5% portland cement shall be used to bind the
pulverized material.
If the existing pavement has a combination of 10 inches of H.M.A.C. and crushed
stone/gravel, undercut will not be requi red, the contractor will pulverize 10 inches , the 2 inch
cut will be taken from the 1 O inch pulverized material. (see soil test report)
Pulverization shall start within ten (10) calendar days after all concrete work has been
completed on a street. If the contractor fails to begin the work within ten (10) calendar days ,
a $200 dollars liquidated damage will be assessed per block per day.
After the pulverization material is cured, the contractor shall overlay it with 2 inches of
H.M.A.C. surface within five (5) calendar days. If the contractor fails to begin the work within
five (5) calendar days, a $200 dolla rs liquidated damage will be assessed per block per day.
The unit price bid per square yard shown on the Proposal shall be full compensation for all
labor, material , equipment, tools, and incidentals necessary to pulverize, remove and store
the pulverized material , undercut the base , mixing, compaction , haul off, sweep , and dispose
of the undercut material.
Rev 2 -19-10 SP-27
The 2 inch H.M.A.C . overlay will be paid by separate item .
64. PAY ITEM -PAVEMENT-CEMENT MODIFICATION -26LBS/SY
-INSTALL (BID-01120):
This item will consist of the furnishing and placing of Portland cement base treatment within
the project limits along Briarhaven Road (from Summercrest Drive east to terminus at cul-de-
sac); Summercrest Drive (from Briarhaven Road to Cloudview Road); Thistle Lane (from
Summercrest Drive to 80-ft west); Stonehenge Road (from Summercrest Drive to 95-ft west);
Cloudv iew Road (from Summercrest Drive to 80-ft west); Trails Edge Road (from . Arroyo
Road south to terminus at cul -de-sac); and along Arroyo Road (from Trails Edge Road to 70-
ft west); or where deemed necessary by the ENGINEER.
This item shall be governed by all applicable provisions of Standard Specificationl5 for
Construction , City of Fort Worth, Item 214 'Portland Cement Treatment'.
The unit price bid per ton shown on the Proposal shall be full compensation for all labor,
materials , equipment, tools , and incidentals necessary to complete the work ..
65. PAY ITEM -PAVEMENT - 2 INCH SURFACE COURSE-TYPED MIX
-INSTALL (BID-00447):
This item will consist of the furnishing and placing of 2 inch HMAC surface coarse -Type 'D'
mix within the project limits along Briarhaven Road (from Summercrest Drive east to terminus
at cul-de-sac); Summercrest Drive (from Briarhaven Road to Cloudview Road); Thistle Lane
(from Summercrest Drive to 80-ft we~t); Stonehenge Road (from Summercrest Drive to 95-ft
west); Cloudview Road (from Summercrest Drive to 80-ft west); Trails Edge Road (from
Arroyo Road south to . terminus at cul-de-sac); and along Arroyo Road (from Trails Edge
Road to 70-ft west); or where deemed necessary by the ENGINEER. ·
This item shall be governed by all applicable provisions of Standard Specifications for
· Construction , City of Fort Worth , Item 312 'Hot Mix Asphaltic Concrete'; item 300 "Asphalts,
Oils and Emulsions"; Item 304 "Prime Coat"; and Item 313 "Central Plant Recycling-Asphalt
Concrete".
Standard Specification 312.5 (1) shall be revised as follows : The prime coat, tack coat, or the
· asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees
Fahrenheit and rising , the temperature being taken in the shade and away from artificial heat.
. Asphaltic material shall also not be placed when the wind conditions are unsuitable in the
opinion of the Engineer.
The contractor shall furnish batch design of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M .A.C. overlay. The City will provide laboratory
control as necessary.
The unit price bid per square yard shown on the Proposal shall be full compensation for all
labor, materials , equipment, tools, and incidentals necessary to complete the work.
Rev 2-19-10 SP-28
66. PRE BID ITEM -VALVE BOX -ADJUSTMENT -SERVICES (BID-00847):
Contractor will be responsible for adjusting water valve boxe·s to match new pavement grade .
The water valves themselves will be adjusted by City of Fort Worth Water Department forces .
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
67 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849):
This item shall include adjusting the tops of existing and/or proposed manholes to match
proposed grade as shown on the plans or as directed by the ENGINEER. Standard
Specification Item No . 450 sha ll apply except as follows:
Included as part of this pay item shall be the application of a cold-applied preformed
flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints
on concrete manhole sections as per current City Water Department Special Conditions .
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
68. PAY ITEM -WATER SERVICE -1 Inch -INSTALL (BID-00758):
This item shall include the removal and reconstruction of existing 1-inch water services at
locations directed by the ENGINEER.
Water service replacement or relocation is required when the existing service is lead or is in
conflict with the construction of the storm sewer pipe . 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.
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work.
69. PAY ITEM-SEWER SERVICE-4 INCH -INSTALL (BID-00354)
This item shall include the removal and reconstruction of existing 4-inch sanitary sewer
services at locations directed by the ENGINEER.
Sanitary sewer service replacement or relocation is required when the existing service is in
conflict with the construction of the storm sewer pipe . The contractor shall replace the
existing service line with PVC (SDR-35 or SDR-26) from the main to the right of way line and
connect to the existing service with a Fernco flexible coupling.
Rev 2-19-10 SP-29
The unit price per linear foot shown on the Proposal shall be full compensation for all
materials, labor, equipments, tools and incidentals necessary to complete the work.
70 . PAY ITEMS-PIPE-PRESSURE-6 INCH -INSTALL (BID-00616),
PIPE-PRESSURE-8 INCH -INSTALL (810-00618),
This item shall include the removal and lowering of existing 6-inch and 8-inch water mains at
locations shown on the plans or where deemed necessary by the ENGINEER. Any work to
be performed on an existing water main shall meet specific approval when the work may be
performed , the length of time required for the work to be completed , the work procedures
proposed, and/or any other facet that could affect curtailment of quality or quantity of water
supply to the affected area. The work shall be performed with stringent safeguards to insure
that time schedules are met.
The unit price per linear foot shown on the Proposal shall be full compensation for locating
and uncovering the main; making cuts in the existing main; the lowering of the existing main
as required; dewatering of the trench; connection to the existing main; concrete blocking; and
all materials, labor, equipments, tools and incidentals necessary to complete the work .
71. PRE BID ITEM-UTILITY ADJUSTMENT-REPAIR (810-00414):
This item is included for the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to street
improvements to water, sanitary sewer and natural gas service lines and appurtenances
where such service lines and appurtenances are the property owner's responsibility to
maintain. An arbitrary figure has been placed in the Proposal; however, this does not
guarantee any payment for utility adjustments, neither does it confine utility adjustments to
the amount shown in the Proposal. It shall be the "Contractor'' responsibility to provide the
services of a licensed plumber to make the utility adjustments determined necessary by the
ENGINEER. No payment will be made for utility adjustments except those adjustments
determined necessary by the ENGINEER. Should the Contractor damage service lines due
to his negligence, where such lines would not have required adjustment or repair otherwise,
the lines shall be repaired and adjusted by the Contractor at the Contractor's expense. The
payment to the Contractor for utility adjustments shall be the actual cost of the adjustments
plus ten percent (10%) to cover the cost of bond and overhead incurred by the Contractor in
handling the utility adjustments.
72. NON-PAY ITEM -CLEARING AND GRUBBING:
All objectionable items within the limits of this project and not otherwise provided for shall be
removed under this item in accordance with Standard Specification Item 102, "Clearing and
Grubbing." However, no direct payment will be made for this item and it shall be considered
incidental to this contract.
73. 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.
Rev 2-19-10 SP-30
74. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL:
· All property along and adjacent to the Contractor's operations including lawns, yards, shrubs,
trees, etc. shall be preserved or restored after completion of the work to a condition equal or
better than existed prior to start of work.
By ordinance, the Contractor must obtain a permit from the City Forester before any work
(trimming, removal or root pruning) can be done on trees or shrubs growing on public
property including street rights-of-way and designated alleys. This permit can be obtained by
calling the Forestry Office. All tree work shall be in compliance with pruning standards for
Class II Pruning as described by the National Arborist Association. A copy of these
standards can be provided by calling the above number. Any damage to public trees due to
negligence by the Contractor shall be assessed using the current formula for Shade Tree
Evaluation as defined by the International Society of Arboriculture. Payment for negligent
damage to public trees shall be made to the City of Fort Worth and may be withheld from
funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint.· This is the only instance
when pruning paint is recommended.
75. 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 arid 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.
76. 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)
Rev 2-19-10 SP-31
-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 qual ified 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 .
76(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 d ivided 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 weatherconditions
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 construct ion 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. Th irty 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 .
Rev 2-19-10 SP-32
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
76(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall prepare and
submit monthly to the OWNER for approvaHhe updated schedule in accordance with Section
81 and 82 and the OWNER's Schedule Guidance Document inclusive. As the Work
progresses, the CONTRACTOR shall enter into the schedule and record actual progress as
described in the Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that highlights
the following, if appropriate and applicable:
• Changes in the 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.
76(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.
Rev 2-19-10 SP-33
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.
77. 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 (Schedu le of Values Pay Items using the OWNER's standard items)
shall be loaded into the scheduling software us ing 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 schedu le 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 schedul ing
software using the "LABOR" resource type with man-hours and without
cost.
78. NON-PAY ITEM-NOTIFICATION OF RESIDENTS:
In order to cut down ori 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.
79 . 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
Rev 2-19-10 SP-34
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 considered subsidiary to
the contract price and no additional compensation shall be made.
80. NON-PAY ITEM -PRE-CONSTRUCTION NEIGHBORHOOD MEETING:
After the pre-construction conference has been held but before construction is allowed to
begin on this project a public meeting will be held at a location to be determined by the
ENGINEER. The Contractor, inspector, and project manager shall meet with all affected
residents and present the projected schedule, including construction start date, and answer
any construction related questions. Every effort will be made to schedule the neighborhood
meeting within the two weeks following the pre-construction conference but in no case will
construction be allowed to begin until this meeting is held.
81. NON-PAY ITEM-WASHED ROCK:
All washed rock used for embedment or backfill or as otherwise directed by the ENGINEER
shall be washed, crushed stone and shall meet the following gradation and abrasion: (Actual
washing not required if gradation is met)
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131.
82. NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE OR PAVEMENT:
When existing concrete or H.M.A.C. is cut, such cuts shall be made with a concrete saw.
The Contractor shall break out curb and gutter to the nearest joint if he chooses. All sawing
shall be subsidiary to the unit cost of the respective item.
This item shall be governed by all applicable provisions of Standard Specifications for
Construction, City of Fort Worth, Item 520 'Sawing'.
Rev 2-19-10 SP-35
83 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES:
The Contractor shall be responsible for locating and marking all previously exposed
manholes and water valves in each street of this contract before repaving commences for a
particular street.
The Contractor shall attempt to include the ENGINEER (if he is available) in the observation
and marking activity. In any event a street shall be completely marked a minimum to two (2)
working days before repaving begins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the Contractor's responsibility to notify the util ity companies that he has
commenced work on the project. As the repaving is completed (within the same day) the
Contractor shall locate the covered manholes and valves and expose them for later
adjustment. Upon completion of a street the Contractor shall notify the utilities of this
completion and indicate that start of the next one in order for the utilities to adjust facilities
accordingly. ~
The Contractor shall be responsible for all materials , equipment and labor to perform a most
accurate job and all costs to the Contractor shall be figured subsidiary to this contract.
84. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making
lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the respective
lines.
85 . 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.
86. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS:
Contractor is required to secure a Street Use Permit , issued by the City of Fort Worth
Transportation and Public Works Permit Center (817-392-6594) prior to any work in public
right of way. Permit will not be issued without a traffic control plan sealed and signed by a
registered professional engineer licensed to practice in the State of Texas. Failure to acquire
the proper permit and permission may result in a fine of $500/day to the contractor
performing the work.
Payment by the contractor for all Street Use Permits shall be considered subsidiary to the
contract cost and no additional compensation shall be made.
Rev 2-19-10 SP-36
(To be printed on Contractor's Letterhead)
Date: -----
City No: 01023
PROJECT NAME: Storm Drain Improvements for:
SUMMERCREST DRIVE
MAPSCO LOCATION: __
LIMITS OF CONST.: -------------Estimated Duration of Construction on your Street : _ days
TIDS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE
CITY OF FORT WORTH, OUR COMP ANY WILL < REPLACE
WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET>
ON OR AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DATE OF TIDS NOTICE.
IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY
OR ANY OTHER ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT <TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306
PLEASE KEEP THIS FLYER HANDY WHEN YOU CALL.
Rev 2-19-10 SP-37
PART D -SPECIAL CONDITIONS
D-1 GENERAL ....................................................... , .................................................................... 3
D-2 COORDINATION MEETING ................................................................................................ 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW ...................... 5
D-4 COORDINATION WITH FORT .WORTH WATER DEPARTMENT ...................................... 7
D-5 CROSSING OF EXISTING UTILITIES ................................................................................. ?
D-6 EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES .................................................................. 8
D-8 TRAFFIC CONTROL ........................................................................................................... 9
D-9 DETOURS ......................................................................................................................... 10
D-10 EXAMINATION OF SITE ................................................................................................... 10
D-11 ZONING COMPLIANCE ..................................................................................................... 10
D-12 WATER FOR CONSTRUCTION ........................................................................................ 10
D-13 WASTE MATERIAL ........................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ............................................................ 10
D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES ................................. 11
D-16 BID QUANTITIES .............................................................................................................. 11
D-.17 CUTTING OF CONCRETE .................................................................... : ........................... 11
D-18 PROJECT DESIGNATION SIGN ....................................................................................... 11
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ........................................... 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL ......................................... : ................... 12
D-21 CRUSHED LIMESTONE BACKFILL. ................................................................................. 12
D-22 2:27 CONCRETE ............................................................................................................... 13
D-23 TRENCH EXCAVATION, BACKFILL, AND COMPACTION ............................................... 13
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS .................. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) .............. , ....... 15
D-26 SANITARY SEWER MANHOLES ...................................................................................... 16
D-27 SANITARY SEWER SERVICES ........................................................................................ 19
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES ...................... 20
D-29 DETECTABLE WARNING TAPES .................................................................................... 23
D-30 PIPE CLEANING ............................................................................................................... 23
D-31 DISPOSAL OF SPOIUFILL MATERIAL. ............................................................................ 23
D-32 MECHANICS AND MATERIALMEN'S LIEN ....................................................................... 23
D-33 SUBSTITUTIONS ............................................................................... : ............................... 23
D-34 PRE-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ........... ~ ...... 24
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES ............................................... 27
D-36 BYPASS PUMPING ...................... ; ..................................•................................................. 28
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER ................ 28
D-38 SAMPLES AND QUALITY CONTROL TESTING ......•........................................................ 30
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE) ................................................................................. 31
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES .............................. 32
D-41 PROTECTION OF TREES, PLANTS AND SOIL ............................................................... 32
D-42 SITE RESTORATION ........................................................................................................ 32
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST .................................................... 33
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING ................................................... 33
D-45 CONFINED SPACE ENTRY PROGRAM ........................................................................... 38
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION .................................. 39
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS) ............................ 39
D-48 CONCRETE ENCASEMENT OF SEWER PIPE ............................................................... .40
D-49 CLAY DAM ........................................................................................................................ 40
02/09/2010 SC-1
PART D -SPECIAL CONDITIONS
D-50 EXPLORATORY EXCAVATION (D-HOLE) ................................................................... .40
D-51 INSTALLATION OF WATER FACILITIES ..................................................................... .40
51.1 Polyvinyl Chloride (PVC) Water Pipe .......................................................................... .40
51.2 Blocking ....................................................................................................................... 41
51.3 Type of Casing Pipe ..................................................................................................... 41
51.4 Tie-lns .......................................................................................................................... 41
51.5 Connection of Existing Mains ...................................................................................... .41
51.6 Valve Cut-Ins ............................................................................................................... 42
51.7 Water Services ............................................................................................................ 42
51.8 2-lnch Temporary Service Line ................................................................................... .44
51.9 Purging and Sterilization of Water Lines ...................................................................... 45
51.10 Work Near Pressure Plane Boundaries ...................................................................... .45
51.11 Water Sample Station ................................................................................................. .46
51.12 Ductile Iron and Gray Iron Fittings ............................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL. .............................................................................. .47
D-53 DEWATERING .................................................................................................................. 47
D-o4 TRENCH EXCAVATION ON DEEP TRENCHES .............................................................. .47
D-55 TREE PRUNING ............................................................................ .' ................................... 47
D-56 TREE REMOVAL ................................................................................. ; ............................. 48
D-57 TEST HOLES .................................................................................................................... 48
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION .................. .49
D-59 TRAFFIC BUTTONS ...................................................................................................... 49
D-60 SANITARY SEWER SERVICE CLEANOUTS ................................................................ 50
D-61 TEMPORARY PAVEMENT REPAIR .............................................................................. 50
D-62 CONSTRUCTION STAKES ........................................................................................... 50
D-63 EASEMENTS AND PERMITS ......................................................................................... 50
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING .................................................. 51
D-65 WAGE RATES .............................................................................................................. 51
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ...................................... 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 53
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ...................................................................................................... 55
D-69 ADDITIONALSUBMITTALS FOR CONTRACT AWARD ................................................... 56
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION ....................................................... 56
D-71 AIR POLLUTION WATCH DAYS ....................................................................................... 57
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: PROJECT DESCRIPTION
SUMMERCREST DRIVE DRAINAGE IMPROVEMENTS
FORT WORTH, TEXAS
CITY PROJECT NO. 01023
TPW NO. XXXXXXXXXXXXXX
D-1 GENERAL
The order or precedence in case of conflicts or discrepancies between various parts of the
Contract Documents subject to the ruling of the Engineer shall generally, but not necessarily,
follow the guidelines listed below:
1. Plans
2. Contract Documents
3. Special Conditions
The following Special Conditions shall be applicable to this project under the provisions stated
above. The Contractor shall be responsible for defects in this project due to faulty materials and
workmanship, or both, for a period of two (2) years from date of final acceptance of this project by
the City of Fort Worth and will be required to replace at his expense any part or all of this project
which becomes defective due to these causes.
Subject to modifications as herein contained, the Fort Worth Water Department's General
Contract Documents and General Specifications, with latest revisions, are made a part of the
General Contract Documents for this project. The Plans, these Special Contract Documents and
the rules, regulations, requirements, instructions, drawings or details referred to by manufacturers
name, or identification include therein as specifying, referring or implying product control,
performance, quality, or other shall be binding upon the contractor. The specifications and
drawings shall be considered cooperative; therefore, work or material called for by one and not
shown or mentioned in the other shall be accomplished or furnished in a faithful manner as though
required by all.
Any Contractor performing any work on Fort Worth water or sanitary sewer facilities must be pre-
qualified with the Water Department to perform such work in accordance with procedures
described in the current Fort Worth Water Department General Specifications, which general
specifications shall govern performance of all such work.
This contract and project, where applicable, may also be governed by the two following published
specifications, except as modified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CITY OF FORT WORTH
02/09/2010 SC-3
PART D -SPECIAL CONDITIONS
2. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of either of these specifications may be purchased at the office of the Transportation and
Public Works Director, 1000 Throckmorton Street, 2nd Floor, Municipal Building, Fort Worth,
Texas 76102 . The specifications applicable to each pay item are indicated by the call -out for the
pay item by the designer. If not shown, then applicable published specifications in either of these
documents may be followed at the discretion of the Contractor. General Provisions shall be those
of the Fort Worth document rather than Division 1 of the North Central Texas document.
Bidders shall not separate, detach or remove any portion, segment or sheets from the
contract document at any time. Failure to bid or fully execute contract without retaining
contract documents intact may be grounds for designating bids as "non-responsive" and
rejecting bids or voiding contract as appropriate as determined by the City Engineer.
INTERPRETATION AND PREPARATION OF PROPOSAL :
A. DELIVERY OF PROPOSAL: No proposal will be considered unless it is delivered,
accompanied by its proper Bid Security , to the Purchasing Manager or his representative at the
official location and stated time set forth in the "Notice to Bidders". It is the Bidder's sole
responsibility to deliver the proposal at the proper time to the proper place . The mere fact that
a proposal was dispatched will not be considered. The Bidders must have the proposal
actually delivered. Each proposal shall be in a sealed envelope plainly marked with the word
"PROPOSAL", and the name or description of the project as designated in the "Notice to
Bidders". The envelope shall be addressed to the Purchasing Manager, City of Fort Worth
Purchasing Division, PO Box 17027, Fort Worth, Texas 76102 .
B. WITHDRAWING PROPOSALS : Proposals actually filed 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
02/09/2010 SC-6
PART D -SPECIAL CONDITIONS
7. Contractually require each person with whom it contracts, to perform as required by
paragraphs (1 )-(7), with the certificates of coverage to be provided to the person for whom
they are providing services.
8. By signing this contract or providing or causing to be provided a certificate of coverage, the
contractor is representing to the governmental entity that all employees of the contractor
who will provide services on the project will be covered by worker's compensation coverage
for the duration of the project, that the coverage will be based on proper reporting of
classification codes and payroll amounts, and that all coverage agreements will be filed
with the appropriate insurance carrier or, in the case of a self-insured, with the
commission's Division of Self-Insurance Regulation. Providing false or misleading
information may subject the contractor to administrative, criminal, civil penalties or other
civil actions. ·
9. The contractor's failure to comply with any of these provisions is a breach of contract by the
contractor which entitles the governmental entity to declare the contract void if the
contractor does not remedy the breach within ten days after receipt of notice of breach
from the governmental entity.
J. The contractor shall post a notice on each project site informing all persons providing services
on the project that they are required to be covered, and stating how a person may verify
current coverage and report failure to provide coverage. This notice does not satisfy other
posting requirements imposed by the Texas Worker's Compensation Act or other Texas
Worker's Compensation Commission rules. This notice must be printed with a title in at least
30 point bold type and text in at least 19 point normal type, and shall be in both English and
Spanish and any other language common to the worker population. The text for the notices
shall be the following text, without any additional words or changes:
"REQUIRED WORKER'S COMPENSATION COVERAGE
The law requires that each person working on this site or providing services related to this
construction project must be covered by workers' compensation insurance. This includes
persons providing, hauling, or delivering equipment or materials, or providing labor or
transportation or other service related to the project, regardless of the identity of their employer
or status as an employee."
Call the Texas Worker's Compensation Commission at (512) 463-3642 to receive information
on the legal requirement for coverage, to verify whether your employer has provided the
required coverage, or to report an employer's failure to provide coverage".
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT
During the construction of this project, it will be necessary to deactivate, for a period of time,
existing lines. The Contractor shall be required to coordinate with the Water Department to
determine the best times for deactivating and activating those lines.
D-5 CROSSING OF EXISTING UTILITIES
Where a proposed water line crosses over a sanitary sewer or sanitary sewer service line and/or
proposed sewer line crosses over a water line and the clear vertical distance is less than 9 feet
barrel to barrel, the sanitary sewer or sanitary sewer service line shall be made watertight or be
02/09/2010 SC-7
PART D -SPECIAL CONDITIONS
constructed of ductile iron pipe. The Engineer shall determine the required length of replacement.
The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51 Ductile Iron
Pipe with polyethylene wrapping . The material for sanitary sewer service lines shall be extra
strength cast iron soil pipe with polyethylene wrapping . Adapter fittings shall be a urethane or
neoprene coupling ASTM C-425 with series 300 stainless steel compression straps. Backfill,
fittings, tie-ins and all other associated appurtenances required are deemed subsidiary work, the
cost of which shall be included in the price bid in the Proposal for each bid item.
D-6 EXISTING UTILITIES AND IMPROVEMENTS
The plans show the locations of all known surface and subsurface structures. However, the
Owner assumes no responsibility for failure to show any or all of these structures on the Plans, or
to show them in their exact location. It is mutually agreed that such failure shall not be considered
sufficient basis for claims for additional compensation for extra work or for increasing the pay
quantities in any manner whatsoever.
The Contractor shall be responsible for verifying the locations of and protecting all existing utilities,
service lines, or other property exposed by his construction operations. Contractor shall make all
necessary provisions (as approved or authorized by the applicable utility company) for the support,
protection and/or temporary relocation of all utility poles, gas lines, telephone cables, utility
services, water mains, sanitary sewer lines, electrical cables , drainage pipes, and _all other utilities
and structures both above and below ground during construction. · It is understood that the
Contractor is not responsible for the permanent relocation of existing utilities in direct conflict with
the proposed construction . The Contractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed. NO ADDITIONAL COMPENSATION WILL
BE ALLOWED . .
Where existing utilities or service lines are cut, broken or damaged the Contractor shall replace or
repair the utilities or .service lines with the same type of original material and construction, or
better, unless otherwise shown or noted on the plans, at his own cost and expense. The
Contractor shall immediately notify the Owner of the damaged utility or service .line . He shall
cooperate with the Owners of all utilities to locate e?(isting underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility, such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent, location, and depth; they are shown on the
plans as the best information available at the time of design , from the owners of the utilities
involved and from evidences found on the ground.
D-7 CONSTRUCTION .TRAFFIC OVER PIPELINES
. It is apparent that certain construction vehicles could exceed the load bearing capacity of the pipe
under shallow bury conditions . It will be the responsibility of the Contractor to protect both the new
02/09/2010 SC-8
PART D -SPECIAL CONDITIONS
line and the existing lines from these possibly excessive loads. The Contractor shall not, at any
time, cross the existing or new pipe with a truck delivering new pipe to the site. Any damage to the
existing or new pipe will be repaired or replaced by the Contractor, at the Contractor's expense, to
the satisfaction of the City.
In locations where it is not permissible to cross the existing or proposed pipes without additional
protection the Contractor may elect to provide additional protection of the pipes so that more
frequent crossings of the pipes are allowed. It still is, however, the responsibility of the Contractor
to repair any damage to the existing or proposed lines, if the damage results from any phase of his
. construction operation.
D-8 TRAFFIC CONTROL
The contractor will be required to obtain a "Street Use Permit" prior to starting work. As part of the
"Street Use Permit" a traffic control plan is required. The Contractor shall be responsible for
providing traffic control during the construction of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways," codified as Article 6701d Vernon's 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 I or installation, and maintenance
of the traffic control plan.
02/09/2010 SC-9
PART D ~ SPECIAL CONDITIONS
D-9 DETOURS
The contractor shall prosecute his work in such a manner as to create a minimum of interruption to
traffic and pedestrian facilities and to the flow of vehicular and pedestrian traffic within the project
area.
D-10 EXAMINATION OF SITE
It shall be the responsibility of the prospective bidder to visit the project site and make such
examinations and explorations as may be necessary to determine all conditions, which may affect
construction of this project. Particular attention should be given to methods of providing ingress
and egress to adjacent private and public properties, procedures for protecting existing
improvements and disposition of all materials to be removed. Proper consideration should be
given to these details during the preparation of the Proposal and all unusual conditions, which may
give, rise to later contingencies should be brought to the attention of the Owner prior to the
submission of the Proposal.
D-11 ZONING COMPLIANCE
During the construction of this project, the Contractor shall comply with present zoning
requirements of the City of Fort Worth in the use of vacant property for storage purposes.
D-12 WATER FOR CONSTRUCTION
The Contractor at his own expense will furnish water for construction.
D-13 WASTE MATERIAL
All waste material shall become the property of the Contractor and shall be disposed of by the
Contractor at locations approved by the Engineer. All material shall be disposed of in such a
manner as to present a neat appearance and to not obstruct proper drainage or to cause injury to
street improvements or to abutting property.
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered subsidiary to the
appropriate bid · items. Clean up work shall be done as directed by the Engineer as the work
progresses or as needed. If, in the opinion of the Engineer it is necessary, clean-up shall be done on
a daily basis. Clean up work shall include, but not be limited to:
• Sweeping the street clean of dirt or debris
• Storing excess material in appropriate and organized manner
• Keeping trash of any kind off of residents' property
If the Engineer does not feel that the jobsite has been kept in an orderly condition, on the next
estimate payment (and all subsequent payments until completed) of the appropriate bid item(s) will
be reduced by 25%.
Final cleanup work shall be done for this project as soon as all construction has been completed.
No more than seven days shall elapse after completion of construction before the roadway, right-
02/09/2010 SC-10
PART D -SPECIAL CONDITIONS
. of-way, or easement is cleaned up to the satisfaction of the Engineer. The Contractor shall make
a final cleanup of all parts of the · work before acceptance by the City of Fort Worth or its
representative. This cleanup shall include removal of all objectionable rocks, pieces of asphalt or
concrete and other construction materials, and in general preparing the site of the work in an
orderly manner and appearance. The City of Fort Worth shall give final acceptance of the
completed project work.
D-15 SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES
The following procedures will be followed regarding the subject item on this contract:
1. A warning sign not less than five inches by seven inches, painted yellow with black letters
that are legible at twelve feet shall be placed inside and outside vehicles such as cranes,
derricks, power shovels, drilling rigs, pile drivers, hoisting equipment or similar apparatus.
The warning sign shall read as follows: "WARNING -UNLAWFUL TO OPERATE THIS
EQUIPMENT WITHIN SIX FEET OF HIGH VOLTAGE LINES."
2. Equipment that may be operated within ten feet of high voltage lines shall have insulating
cage-type of guard about the boom or arm, except back hoes or dippers, and insulator links
on the lift hook connections.
3. When necessary to work within six feet of high voltage electric lines, notification shall be
given the power company (ONCOR) who will erect temporary mechanical barriers, de-
energize the lines, or raise or lower the lines. The work done by the power company shall
not be at the expense of the City of Fort Worth. The notifying department shall maintain an
accurate log of all such calls to ONCOR, and shall record action taken in each case.
4. The Contractor is required to make arrangements with the ONCOR company for the
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense.
5. No person shall work within six feet of a high voltage line without protection having been
taken as outlined in Paragraph (3).
D-16 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased.
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measured
quantities. To the extent that C4-4.3 conflicts with this provision, this provision controls. No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
D-17 CUTTING OF CONCRETE
When existing concrete is cut, such cuts shall be made with a concrete saw. All sawing shall be
subsidiary to the unit cost of the respective item.
D-18 PROJECT DESIGNATION SIGN
02/09/2010 SC-11
PART D -SPECIAL CONDITIONS
Project signs are required at all locations. It shall be in 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 expansion joints with 3000 psi .concrete with reinforcing steel on a
sand cushion in accordance with City of Fort Worth Transportation/Public Works Department
Standard Specifications for Construction, Item 504.
At locations where mains are required to be placed under existing curb and gutter, such curb and
gutter shall be replaced to match type and geometry of the removed curb and gutter shall be
installed in accordance with City of Fort Worth Public Works Department Standard Specification
for Construction, Item 502.
Payment for cutting, backfill, concrete, forming materials and all other associated appurtenances
required, shall be included in the square yard price of the bid item for concrete sidewalk or
driveway repair.
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL
Material has been allocated under various bid items in the Proposal to establish unit prices for
miscellaneous placement of material. These materials shall be used only when directed by the
Engineer, depending on field conditions. Payment for miscellaneous placement of material will be
made for only that amount of material used, measured to the nearest one-tenth unit. Payment for
miscellaneous placement of material shall be in accordance with the General Contract Documents
regardless of the actual amount used for the project.
D-21 CRUSHED LIMESTONE BACKFILL
Where specified on the plans or directed by the Engineer, Crushed Limestone shall be used for
trench backfill on this project. The material shall conform to Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208.2 -Materials and Division 2 Item
208.3 -Materials Sources. Trench backfill and compaction shall meet the requirements of E2-2
Excavation and Backfill, Construction Specifications, General Contract Documents.
02/09/2010 SC-12
PART D -SPECIAL CONDITIONS
Payment for crushed limestone backfill in place shall be made at the unit price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2.16 Measurement of
Backfill Materials, 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 or future R.O.W. shall be in accordance with Sections E1-2 Backfill
and E2-2 Excavation and Backfill of the General Contract
Documents and Specifications except as specified herein.
1. TRENCH EXCAVATION: In accordance with Section E2-2 Excavation and Backfill, if the
stated maximum trench widths are exceeded, either through accident or otherwise, and if the
Engineer determines that the design loadings of the pipe will be exceeded, the Contractor will be
required to support the pipe with an improved trench bottom. The expense of such remedial
measures shall be entirely the Contractor's own. All trenching operations shall be confined to the
width of permanent rights-of-way, permanent easements, and . any temporary construction
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document. ··
2. TRENCH BACKFILL: Trenches which lie outside of existing or future pavement shall be
backfilled above the top of the embedment material with Type "C" backfill material. Excavated
material used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory eyidence that the P.I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth of
the various test holes. If excavated material is obviously granular in nature, containing little or no
plastic material, the Engineer may waive the test report requirement. See E1-2.3, Type "C" or "D"
Backfill, and E2-2.11 Trench Backfill for additional requirements. When Type "C" back-fill material
is not suitable, Type "B" backfill material shall be used only with the consent and approval of the
Engineer. In general, all backfill material for trenches in existing paved streets shall be in
accordance with Figure WTR-029. Sand material specified in WTR-029 shall be obtained from an
approved source and shall consist of durable particles free of thin or elongated pieces, lumps of
clay, soil, loam or vegetable matter and shall meet the following gradation:
02/09/2010 SC-13
PART D -SPECIAL CONDITIONS
• Less than 10% passing the #200 sieve
• P.I. = 10 or less
Additionally, the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Specifications shall be
replaced with the following:
Sieve Size
1"
1/2"
3/8"
#4
#8
% Retained
0-10
40-75
.55-90
90-100
95-100
All other provisions of this section shall remain the same.
3. TRENCH . COMPACTION: All trench backfill shall be placed in lifts per E2-2.9 Backfill.
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S.T.M. D698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted as
described above must be within +-4% of its optimum moisture. content.
The City, at its own expense, will perform trench compaction tests per A.S.T.M. s,tandards 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 ievel 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
this item govern all trenches for mains, manholes, vaults, service lines, and all other
appurtenances. The design for the trench safety shall be signed and sealed by a Registered
Professional Engineer licensed in Texas. The trench safety plan shall be specific for each
water and/or sanitary sewer line included in the project.
B. STANDARDS: The latest version of the U.S. Department of Labor, Occupational Safety and
Health Administration ·standards, 29 CFR Part 1926, Sub-Part P -Excavations, are hereby
made a part of this specification and shall be the minimum governing requirements for trench
safety.
C. DEFINITIONS:
1. TRENCHES - A trench is referred to as a narrow excavation made below the surface of the
ground in which the depth is greater than the width, where the width measured at the
bottom is not greater than fifteen ( 15) feet.
2. BENCHING SYSTEM -Benching means excavating the sides of a trench to form one or a
series of horizontal level or steps, usually with vertical or near-vertical surfaces between
levels.
02/09/2010 SC-15
PART D -SPECIAL CONDITIONS
3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation .
4. SHIELD SYSTEM -Shields used in trenches are generally referred to as "trench boxes" or
"trench shields". Shield means a structure that is able to withstand the forces imposed on it
by a cave-in and protect workers within the structure. Shields can be permanent structures
or can be designed to be portable and move along as the work progresses. Shields can be
either pre-manufactured or job-built in accordance with OSHA standards .
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic, mechanical or
timber system that supports the sides of a trench and which is designed to prevent cave-
ins . Shoring systems are generally comprised of cross-braces , vertical rails, (uprights),
horizontal rails (wales) and/or sheeting .
D. MEASUREMENT -Trench depth is the vertical measurement from the top of the existing
ground to the bottom of embedment or bottom of excavation . The quantity of trench safety
systems shall be based on the linear foot amount of trench depth greater than five (5) feet.
E. PAYMENT -Payment shall be full compensation for safety system design, labor, tools,
materials, equipment and incidentals necessary for the installation and removal of trench
safety systems.
D-26 SANITARY SEWER MANHOLES
A. GENERAL: The installation, replacement, and/or rehabilitation of sanitary sewer manholes will
be required as shown on the plans, and/or as described in these Special Contract Documents
in addition to those located in the field and identified by the Engineer. All manholes shall be in
accordance with sections E1-14 Materials for Sanitary Sewer Manholes, Valve Vaults, Etc.,
and E2-14 Vault and Manhole Construction of the General Contract Documents and
Specifications, unless amended or superseded by requirements of this Special Condition. For
new sewer line installations, the Contractor shall temporarily plug all lines at every open
manhple under construction in order to keep debris out of the dry sewer lines. The plugs shall
not be removed until the applicable manhole complete with cone section has been constructed
and the lid installed to keep out debris as a result of additional construction .
1. CONCRETE COLLARS: Concrete collars will be required on all manholes specified as per
COFW Standard Detail SAN-009.
2 . DELETED
3. LIFT HOLES : All lift holes shall be plugged with a pre-cast concrete plug. The lift hole
shall be sealed on the outside of the manhole with Ram-Nek or an approved equal sealant.
The lift hole shall be sealed on the inside of the manhole with quick setting cement grout.
4. FINAL RIM ELEVATIONS: Manhole rims in parkways, lawns and other improved lands
shall be at an elevation not more than one (1) nor less than one-half (1/2) inch above the
surrounding ground . Backfill shall provide a uniform slope from the top of manhole casting
for not less than three (3) 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 shall have a cast iron lid and frame with pick slots.
NOTE: MANHOLES PER FIGURE 106 WILL NOT BE ALLOWED.
7. MANHOLE STEPS: No manhole steps are to be installed on any sanitary sewer manhole.
8. EXTERIOR SURFACE COATING: Exterior surfaces of all manholes shall be coated with
two mop coats of coal tar epoxy, Koppers "Bitumastic Super Service Black" Tnemec "46-
450 Heavy Tnemecol," or equal to, a minimum or 14 mils dry film thickness.
9. MANHOLE JOINT SEALING: All interior and/or exterior joints on concrete manhole
sections constructed for the City of Fort Worth Water Department, excluding only the joints
using a trapped type performed 0-ring rubber gasket shall require Bitumastic joint sealants
as per Figure M.
This sealant shall be pre-formed and trowelable Bitumastic as manufactured by Kent-Seal,
Ram-Nek, E-Z Stick, or equal. The joint sealer shall be supplied in either extruded pipe
form or suitable cross-sectional area or flat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation, evaporation, or
any .other chemical action for either its adhesive properties or cohesive strength. The Joint
sealer shall remain totally flexible without shrinking, hardening, or oxidizing regardless of
the length of time it is exposed to the elements . The manufacturer shall furnish an affidavit
attesting to the successful use of the product as a pre-formed flexible joint sealant on
concrete pipe and manhole sections for a period of at least five years.
B. EXECUTION:
1. INSTALLATION OF JOINT SEALANT: Each grade adjustment ring and 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.
02/09/2010 SC-18
PART D -SPECIAL CONDITIONS
The price bid for reconstruction of existing manholes shall include all labor equipment and
materials necessary for construction of new manhole, including, but not limited to, excavation,
backfill, disposal of materials, joint sealing, lift hole sealing and exterior surface coating.
Payment shall not include pavement replacement, which if required, shall be paid separately.
The price bid for adjusting and/or sealing of existing manholes shall include all labor,
equipment and materials necessary for adjusting and/or sealing the manhole, including but not
limited to, joint sealing, lift hole sealing, and exterior surface coating.
Payment for concrete collars will be made per each. Payment for manhole inserts will be
made per each.
D-27 SANITARY SEWER SERVICES
Any reconnection, relocation, re-routes, replacement, or new sanitary sewer service shall be
required as shown on the pla.ns, 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 ContraGtor shall be responsible for coordinating the scheduling of tapping crews with
building owners and the Engineer in order that the work be performed in an expeditious manner.
A minimum of 24 hours advance notice shall be given when taps will be required. Severed service
connections shall be maintained as specified in section C6-6.15.
D. SEWER SERVICE RECONNECTION: When sewer service reconnection is called for the
Contractor shall vertically adjust the existing sewer service line as required for reconnection
and furnish a new tap. The fittings used for vertical adjustment shall consist of a maximum
bend of 45 degrees. The tap shall be located so as to line up with the service line and avoid
any horizontal adjustment. For open cut applications, all sanitary sewer service lines shall be
replaced to the property or easement line, or as directed by the Engineer. Sanitary sewer
services on sewers being rehabilitated using pipe enlargement methods shall be replaced to
the property or easement line or as directed by the Engineer. Procedures listed below for
Sewer Service Replacement shall be adhered to for the installation of any sewer service line
including the incidental four (4) feet of service line which is included in the price .bid for Sanitary
Sewer Taps. Payment for work such as backfill, saddles, tees, fittings incidental four (4) feet
of service line and all other associated appurtenances required shall be included in the price
bid for Sanitary Sewer Taps.
E. SEWER SERVICE REPLACEMENT: All building sewer services encountered during
construction shall be adjusted and/or replaced by the Contractor as directed by the Engineer
as required for the connection of the sewer service line. If the sewer service line is in such
condition or adjustment necessitates the replacement of the sewer service line, all work shall
be performed by a licensed plumber. The Engineer shall determine the length of the
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For situations involving sewer service re-routing, whether on public
or private property, the City shall provide line and grade for the sewer service lines as shown
on the project plans. Prior to installing the applicable sewer main or lateral and the necessary
service lines, the Contractor shall verify (by de-holing at the building clean-out) the elevations
02/09/2010 SC-19
PART D -SPECIAL CQNDITlONS
(shown on the plans) at the building clean-out and compare t he data with the elevation at the
proposed connection point on the sewer main , in order to ensure that the two (2) percent
minimum slope (or as specified by the Engineer) requirement is satisfied. Elevations shall also
be verified at all bend locations on the service re-route. All applicable sewer mains, laterals
and affected service lines that are installed without pre-construction de-holing at the affected
residences (to verify design elevations) shall be removed and replaced as necessary at the
Contractor's expense in the event grade conflicts are brought to light after de-holing is
conducted . All elevation information obtained by the Contractor shall be submitted to the
Inspector. The Engineer shall be immediately notified in the event that the two (2) percent
minimum slope is not satisfied . If the Contractor determines that a different alignment for the
re-route is more beneficial than shown on the plans , the Contractor shall obtain and submit all
relevant elevation information for the new alignment to the Inspector and shall be responsible
for ensuring that the two (2) percent minimum grade (or as approved by the Engineer) is
satisfied. Prior to backfilling, the Contractor shall double check the grade of the installed
service line and submit signed documentation verifying that the line has been installed as
designed to the Engineer. The Contractor, at its so le expense , shall be required to uncover any
sewer service for which no grade verification has been submitted . All re-routes that are not
installed as designed or fail to meet the City code shall be reinstalled at the Contractor's
exp13nse. The Contractor shall ensure that the service line is backfilled and compacted in
accordance with the City Plumbing Code . Connection to the existing sewer service line shall
be made with appropriate adapter fittings. The fitting shall be a urethane or neoprene coupling
AS.TM. 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
rec.route.
Payment for work and materials such as backfill , removal of existing clean-outs, plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings , surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way. Payment for all work and material involving the "tap" shall be included in the price bid for
sanitary sewer service taps.
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
Any removal, salvaging and/or abandonment of existing facilities will necessarily be required as
shown on the plans, and/or described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer. This work shall be done in accordance with
Section E2-1.5 Salvaging of Material and E2-2 . 7 Removing Pipe, of the General Contract
Documents and Specifications, unless amended or superseded by requirements of this Special
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 Salv~ging 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 ex isting 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 Backfil l. 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 EXISTING PIPE: Where removal of the existing pipe is required, it shall be the
Contractor's responsibility to properly dispose of all removed pipe. All removed valves, fire
hydrants and meter boxes shall be delivered to Water Department Field Operation, Storage
Yard.
C. PAYMENT: Payment for all work and material involved in salvaging, abandoning and/or
removing existing facilities shall be included in the linear foot bid price · of the pipe, except as
follows: separate payment will be made for removal of all fire hydrants, gate valves, 16 inch
and larger, and sanitary sewer manholes, regardless of location.
Payment will be made for salvaging, abandoning and/or removing all other existing facilities
when said facility is not being replaced in the same trench (i.e., when removal requires a
separate trench).
L. ABANDONMENT OF EXISTING SEWER LINES: Where plans call for abandonment of
existing sewer mains after the construction of a new sewer main, the Contractor shall be
responsible for TV inspection of 100% of the existing ""sewer main to be abandoned to make a
final determination that all existing service connections have been relocated to the new main.
Once this determination has been made, the existing main will be abandoned as indicated
above in Item I.
02/09/2010 SC-22
PART D -SPECIAL CONDITIONS
D-29 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be installed directly above non-metallic water and sanitary sewer pipe . The
detectable tape shall be "Detect Tape" manufactured by Allen Systems , Inc. or approved equal,
and shall consist of a minimum thickness 0.35 mils solid aluminum foil encased in a protective
inert plastic jacket that is impervious to all known alkalis , acids, chemical reagents and solvents
found in the soil. The minimum overall thickness of the tape shall be 5.5 mils, and the width shall
not be less than two inches with a minimum unit weight of 2% pounds/1 inch/100'. The tape shall
be color coded and imprinted with the message as follows:
Type of Utility Color Code
Water · Safety Blue
Sewer Safety Green
Legends
Caution! Buried Water Line Below
Caution! Buried Sewer Line Below
Installation of detectable tapes shall be per manufacturer's recommendations and shall be as close
to the grade as is practical for optimum protection and detectability. Allow a minimum of 18 inches
between the tape and the pipe. Payment for work such as backfill, bedding, blocking, detectable
tapes, and all other associated appurtenances required shall be included in the unit price bid for
the appropriate bid item(s).
D-30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors. Each joint shall
be swept daily and kept clean during installation. A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage.
D-31 DISPOSAL OF SPOIUFILL MATERIAL
Prior to the disposing of any spoil/fill material, the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Administrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ord inances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodplain without a permit. A
floodplain permit can be issued upon approval of necessary Engineering studies. No fill permit is
required if disposal sites are not in a floodplain. Approval of the Contractor's disposal sites shall
be evidenced by a letter signed by the Administrator stating that the site is not in a known flood
plain or by a Flood Plain Fill Permit authorizing fill within the flood plain. Any expenses associated
with obtaining the fill permit, including any necessary Engineering studies, shall be at the
Contractor's expense. In the event that the Contractor disposes of spoil/fill material at a site
without a fill permit or a letter from the administrator approving the 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
television inspection performed to identify any active sewer service taps, other sewer laterals
and their location . Work shall consist of furnishing all labor, material, and equipment
necessary for the cleaning and inspection of the sewer lines by means of closed circuit
television . Satisfactory precautions shall be taken to protect the sewer lines from damage that
might be inflicted by the improper use of cleaning equipment.
1. HIGH VELOCITY JET (HYDROCLEANING) EQUIPMENT: The high-velocity sewer line
cleaning equipment shall be constructed for easy and safe operation. The equipment shall
also have a selection of two or more high-velocity nozzles . The nozzles shall be capable of
producing a scouring action from 15 to 45 degrees in all size lines designated to be
cleaned. Equipment shall also include a high-velocity gun for washing and scouring
manhole walls and floor. The gun shall be capable of producing flows from a fine spray to
a solid stream. The equipment shall carry its own water tank , auxiliary engines , pumps,
and hydraulically driven hose reel.
Hydraulically Propelled Equipment shall be of a movable dam type and be constructed in
such a way that a portion of the dam may be collapsed at any time during the cleaning
operation to protect against flooding of the sewer. The movable dam shall be equal in
diameter around the outer periphery to ensure removal of grease. If sewer cleaning balls
or other equipment, which cannot be collapsed, is used, special precautions to prevent
flooding of the sewers and public or private property shall be taken. The flow of sewage
present in the sewer lines shall be utilized to provide necessary fluid for hydraulic cleaning
devices whenever possible .
2. CLEANING PROCEDURES : The designated sewer manholes shall be cleaned using high-
velocity jet equipment. The equipment shall be capable of removing dirt, grease, rocks,
sand, and other materials and obstructions from the sewer lines and manholes. If cleaning
of an entire section . cannot be successfully performed from one manhole, the equipment
shall be set up on the other manhole and cleaning again attempted. If, again, successful
cleaning cannot be performed or equipment fails to traverse the entire manhole section, it
will be assumed that a major blockage exists, and the cleaning effort shall be abandoned .
02/09/2010 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 picture of the entire periphery of the pipe . The
camera shall be operative in 100% humidity conditions. The camera, television monitor,
and other components of the video system shall be capable of producing picture quality to
the satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
B. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line .
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized . All television
inspection videotapes shall have a footage counter. Measurement for location of sewer
service taps shall be above ground by means of meter device . Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed . Accuracy
02/09/2010 SC-25
PART D -SPECIAL CONDITIONS
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other
suitable device , and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera . The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost of retrieving the Television camera , under all
circumstances , when it becomes lodged during inspection, shall be incidental to Television
inspection .
2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection . In add ition, other points of significance
such as locations of unusual conditions, roots , storm sewer connections, broken pipe,
presence of scale and corrosion, and other discernible features will be recorded, and a
copy of such records will be supplied to the City.
3. PHOTOGRAPHS : Instant developing, 35 mm , or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual
and audio record of problem areas of the lines that may be replayed. Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
and may be retained a maximum of 30 calendar days.
Equipment shall be provided to the City by the Contractor for review of the tapes . The
Engineer will return tapes to the Contractor upon completion of review. Tapes shall not be
erased without the permission of the Engineer. If the tapes are of such poor quality that the
Engineer is unable to evaluate the condition of the sewer line or to locate service
connections, the Contractor shall be required to re-televise and provide a good tape of the
line at no additional cost to the City. If a good tape cannot be provided of such quality that
can be reviewed by the Engineer, no payment for televising this portion shall be made.
Also, no payment shall be made for portions of lines not televised or portions where
manholes cannot be negotiated with the television camera .
THE TAPES SHALL BE SUBMITTED TO THE ENGINEER PRIOR TO CONSTRUCTION
FOR REVIEW AND DETERMINATION OF SAGS. Upon completion of review of the tapes
by the Engineer, the Contractor will be notified as to which sections of the sanitary sewer
are to be corrected. The Engineer will return tapes to the Contractor upon completion of
review.
All costs associated with this work shall be incidental to unit prices bid for items under
Television Inspection of the Proposal.
C. PAYMENT OF CLEANING AND PRE-CONSTRUCTION TELEVISION INSPECTION OF
SANITARY SEWERS : The cost for Pre-Construction Cleaning and Television Inspection of
sanitary sewers shall be per linear foot of sewer actually televised. The Contractor shall
provide the Engineer with tapes of a quality that the particular piece of sewer can b~ readily
02/09/2010 SC-26
PART D -SPECIAL CONDITIONS
evaluated as to existing sewer conditions and for providing appropriate means for review of the
tapes by the Engineer including collection and removal, transportation and disposal of sand
and debris from the sewers to a legal dump site.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation; when a portion
of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs inust 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. ,i(I,,.
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole. The plugs shall be installed in the lines beyond the
drop-connections, gas sealing connections, etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations. A vacuum of ten inches of mercury (1 O"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed, the level of vacuum shall be read
after the required test time. The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93:
02/09/2010
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH. 48-lnch Dia. 60-lnch Dia.
(FT.) Manhole Manhole
Oto 16' 40 sec. 52 sec.
18' 45 sec . 59 sec.
20' 50 sec. 65 sec.
SC-27
PART D -SPECIAL CONDITIONS
22' 55 sec. 72 sec.
24' 59 sec. 78 sec.
26' 64 sec. 85 sec .
28' 69 .sec. 91 sec.
30' 74 sec. 98 sec.
For Each 5 sec. 6 sec.
Additional 2'
1. ACCEPTANCE: The manhole shall be considered acceptable, if the drop in the level of
vacuum is less than one-inch of mercury (1" Hg) after the required test time. Any manhole,
which fails to pass the initial test, must be repaired by either pressure grouting through the
manhole wall or digging to expose the exterior wall of the manhole in order to locate the
leak and seal it with an epoxy sealant. The manhole shall be retested as described above
until it has successfully passed the test.
Following completion of a successful test, the manhole shall be restored to its normal
condition, all temporary plugs shall be removed, all braces, equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C. PAYMENT: Payment for vacuum testing of sanitary sewer manholes stlall be paid · at the
contract price per each vacuum test. This price shall include all material, labor, equipment,
and all incidentals, including all bypass pumping , required to complete the test as specified
herein.
D-36 BYPASS PUMPING
The Contractor shall bypass the sewage around the section or sections of sewer to be
rehabilitated and/or replaced. The bypass shall be made by plugging existing upstream manhole
and pumping the sewage into a downstream manhole or adjacent system or other method as may
be approved by the Engineer. The pump and bypass lines shall be of adequate capacity and size
to handle the flow without sewage backup occurring to facilities connected to the sewer.
Provisions shall be made at ·driveways and street crossings to permit safe vehicular travel without
interrupting flow in the bypass system . Under no circumstances will the Contractor be permitted to
discharge sewage into the trenches. Payment shall be incidental to rehabilitation or replacement
of the sewer line.
D-37 POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY SEWER
A GENERAL: After construction, ALL sections of sanitary sewer lines shall have a television
inspection performed by an independent sub-Contractor hired by the prime Contractor. Work
shall consist of furnishing all labor, material, and equipment necessary for inspection of the
sewer lines by means of closed circuit television. Satisfactory precautions shall be taken to
protect the sewer lines from damage that might be inflicted by the improper use of cleaning
equipment.
B. TELEVISION INSPECTION EQUIPMENT: The television camera used for the inspection shall
be one specifically designed and constructed for such inspection. Lighting for the camera shall
be operative in 100% humidity conditions. The camera, television monitor, and other
components of the video system shall be capable of producing picture quality to the
02/09/2010 SC-28
PART D -SPECIAL CONDITIONS
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
C. EXECUTION:
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. rvianual winches, power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line. No more than
2000 linear feet of pipe will be televised at one time for review by the Engineer.
When manually operated winches are used to pull the television camera through the line,
telephones or other suitable means of communications shall be set up between the two
manholes of the section being inspected to ensure good communications between
members of the crew.
The importance of accurate distance measurements is emphasized. All television
inspection video tapes shall have a footage counter. Measurement for location of sewer .
service taps shall be above ground by means of meter device. Marking on the cable, or the
like, which would require interpolation for depth of manhole, will not be allowed. Accuracy
of the distance meter shall be checked by use of a walking meter, roll-a-tape, or other
suitable device, and the accuracy shall be satisfactory to the Engineer.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at
the option of the Contractor. The cost or retrieving the Television camera, under all
circumstances, when it .becomes lodged during inspection, shall be incidental to Television
inspection .
Sanitary sewer mains must be laced with enough water to fill all low pints. The television
inspection must be done immediately following the lacing of the main with no water flow. If
sewer is active, flow must be restricted to provide a clear image of sewer being inspected.
2. DOCUMENTATION: Television Inspection Logs: Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service tap observed during inspection. All television logs shall be referenced to
stationing as shown on the plans. A copy of these television logs will be supplied to the
City .
3. PHOTOGRAPHS: Instant developing, 35 mm, or other standard-size photographs of the
television picture of problems shall be taken by the Contractor upon request of the
Engineer, as long as such photographing does not interfere with the Contractor's
operations.
4. VIDEOTAPE RECORDINGS: The purpose of tape recording shall be to supply a visual and
audio record of problem areas of the lines that may be replayed . Video tape recording
playback shall be at the same speed that it was recorded. The television tapes shall be
furnished to the City for review immediately upon completion of the television inspection
02/09/2010 SC-29
PART D -SPECIAL CONDITIONS
and may be retained a maximum of 30 calendar days. Equipment shall be provided to the
City by the Contractor for review of the tapes. Tapes will be returned to the Contractor
upon completion of review by the Engineer. Tapes shall not be erased without the
permission of the Engineer.
If the tapes are of such poor quality that the Engineer is unable to evaluate the condition of
the sewer line or to locate service connections. the Contractor shall be required to re-
televise and provide a good tape of the line at no additional cost to the City. If a good tape
cannot be provided of such quality that can be reviewed by the Engineer, no payment for
televising this portion shall be made. Also, no payment shall be made for portions of lines
not televised or portions where manholes cannot be negotiated with the television camera.
D. PAYMENT OF POST-CONSTRUCTION TELEVISION INSPECTION OF SANITARY
SEWERS: The cost for post-construction Television Inspection of sanitary sewers shall be per
linear foot of sewer televised. The Contractor shall provide the Engineer with tapes of a quality
that the particular piece of sewer can be readily evaluated as to sewer conditions and for
providing appropriate means for review of the tapes by the Engineer.
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis . The quantity of TV inspection shall be
measured as the total length of new pipe installed. All costs associated with this work shall be
included in the appropriate bid item -Post-Construction Television Inspection.
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable, regular sewer service to the area residents . All bypass pumping shall be
incidental to the project.
D-38 SAMPLES AND QUALITY CONTROL TESTING
A. The Contractor shall furnish, at its own expense, certifications by a private laboratory for all
materials propo.~ed to be used on the project, including a mix design for any asphaltic and/or
Portland cement concrete to be used, and gradation analysis for sand and crushed stone to be
used along with the name of the pit from which the material was taken. The contractor shall
provide manufacturer's certifications for all manufactured items to be used in the project and
will bear any expense related thereto. ·
B. Tests of the design concrete mix shall be made by the contractor's laboratory at least nine
days prior to the placing of concrete using the same aggregate, cement, and mortar which are
to be used later in the concrete. The Contractor shall provide a certified copy of the test
results to the City.
C. Quality control testing of in-place material on this project will be performed by the city at its own
expense. Any retesting required as a result of failure of the material to meet project
specifications will be at the expense of the contractor and will be billed at commercial rates as
determined by the City. The failure of the City to make any tests of materials shall in no way
relieve the contractor of its responsibility to furnish materials and equipment conforming to the
requirements of the contract.
D. · Not less than 24 hours notice shall be provided to the City by the Contractor for operations
requiring testing. The Contractor shall provide access and trench safety system (if required)
for the site to be tested, and any work effort involved is deemed to be included in the unit price
for the item being tested.
02/09/2010 SC-30
PART D -SPECIAL CONDITIONS
E. The Contractor shall provide a copy of the trip ticket for each load of fill material delivered to
the job site . The ticket shall specify the name of the pit supplying the fill material.
D-39 TEMPORARY EROSION, SEDIMENT, AND WATER POLLUTION CONTROL (FOR
DISTURBED AREAS LESS THAN 1 ACRE)
· A DESCRIPTION: This item shall consist of temporary soil erosion sediment and water pollution
control measures deemed necessary by the Engineer for the duration of the contract. These
control measures shall at no time be used as a substitute for the permanent control measures
unless otherwise directed by the Engineer and they shall not include measures taken by the
CONTRACTOR to control conditions created by his construction operations. The temporary
measures shall include dikes, dams, berms, sediment basins, fiber mats, jute netting ,
temporary seeding, straw mulch, asphalt mulch, plastic liners, rubble liners, baled-hay retards,
dikes , slope drains and other devices.
B. CONSTRUCTION REQUIREMENTS: The Engineer has the authority to define erodible earth
and the authority to limit the surface area of erodible-earth material exposed by preparing right-
of-way, clearing and grubbing, the surface area of erodible-earth material exposed by
excavation, borrow and to direct the CONTRACTOR to provide temporary pollution-control
measures to prevent contamination of adjacent streams , other water courses, lakes, ponds or
other areas of water impoundment. Such work may involve the construction of temporary
berms, dikes, dams , sediment basins, slope drains and use of temporary mulches, mats,
seeding, or other control devices or methods directed by the Engineer as necessary to control
soil erosion . Temporary pollution-control measures shall be used to prevent or correct erosion
that may develop during construction prior to installation of permanent pollution control
features, but are not associated with permanent control features on the project. The Engineer
will limit the area of preparing right-of-way, clearing and grubbing, excavation and borrow to be
proportional to the CONTRACTOR'S capability and progress in keeping the finish grading,
mulching, seeding, and other such permanent pollution-control measures current in
accordance with the accepted schedule. Should seasonal conditions make such limitations
unrealistic, temporary soil-erosion-control measures shall be performed as directed by the
Engineer.
2. Waste or disposal areas and construction roads shall be located and constructed in a
manner that will minimize the amount of sediment entering streams .
3. Frequent fordings of live streams will not be permitted ; therefore , temporary bridges or
other structures shall be used wherever an appreciable number of stream crossings are
necessary. Unless otherwise approved in writing by the Engineer, mechanized equipment
shall not be operated in live streams .
4. When work areas or material sources are located in or adjacent to live streams, such areas
shall be separated from the stream by a dike or other barrier to keep sediment from
entering a flowing stream. Care shall be taken during the construction and removal of such
barriers to minimize the muddying of a stream .
5. · All waterways shall be cleared as soon as practicable of false work, piling, debris or other
obstructions placed during construction operations that are not a part of the finished work.
02/09/2010 SC-31
PART D -SPECIAL CONDITIONS
6. The Contractor shall take sufficient precautions to prevent pollution of streams, lakes and
reservoirs with fuels, oils, bitumen, calcium chloride or other harmful materials. He shall
conduct and schedule his operations so as to avoid or minimize siltation of streams , lakes
and reservoirs and to avoid interference with movement of migratory fish.
C. MEASUREMENT AND PAYMENT: All work , materials and equipment necessary to provide
temporary erosion control shall be considered subsidiary to the contract and no extra pay will
be given for this wprk.
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this construction
and adjacent property when construction is not in progress and at night. Drives shall be left
accessible at night, on weekends, and during holidays. The Contractor shall conduct his activities
to minimize obstruction of access to drives and property during the progress of construction.
Notification shall be made to an owner prior to his driveway being removed and/or rebuilt.
D-41 PROTECTION OF TREES; PLANTS AND SOIL
All property along and adjacent to the Contractors' operations including lawns, yards, shrubs,
trees, etc., shall be preserved or restored after completion of the work, to a condition equal to or
better than prior to start of work .
Any trees or other landscape features scarred or damaged by the Contractor's operations shall be
restored or replaced at the Contractor's expense. Trimming or pruning to facilitate the work will be
permitted only by experienced workmen in an approved manner (No trimming or pruning without
the property owners' consent). Pruned limbs of 1" diameter or larger shall be thoroughly treated
~s 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. · ·
D-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. Tt:ie basis for approval by the
Engineer will be grade restoration to plus minus one-tenth (0 .1) of a foot.
02/09/2010 SC-32
PART D -SPECIAL CONDITIONS
D-43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List, for the bid to be considered responsive. Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements .
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the City of Fort Worth Parks and Community
Services Department Specifications for Topsoil, Sodding and Seeding.
1. TOPSOIL
DESCRIPTION: This item will consist of furnishing and placing a minimum of six (6) inches of
topsoil, free from rock and foreign material, in all parkways and medians to the lines and
grades as established by the Engineer.
CONSTRUCTION METHODS: Topsoil will be secured from borrow sources as required to
supplement material secured from street excavation. All excavated materials from streets
which is suitable for topsoil will be used in the parkways and medians before any topsoil is
obtained from a borrow source. Topsoil material secured from street excavation shall be
stockpiled at locations approved by the Engineer, and at completion of grading and paving
operations, topsoil shall be placed on parkway areas so as to provide a minimum six (6) inches
of compacted depth of topsoil parkways. ·
2. SODDING
DESCRIPTION: Sodding will consist of furnishing and planting Bermuda, Buffalo or St.
Augustine grass in the areas between the curbs and walks, on terraces, in median strips, on
embankments or cut slopes, or in such areas as designated on the Drawings and in
accordance with the requirements of this Specification. Recommended Buffalo grass varieties
for sodding are Prairie and 609.
MATERIALS: Sod shall consist of live and growing Bermuda, Buffalo or St. Augustine grass
secured from sources where the soil is fertile. Sod to be placed during the dormant state of
these grasses shall be alive and acceptable. Bermuda and Buffalo grass sod shall have a
healthy, virile root system of dense, thickly matted roots throughout a two (2) inch minimum
thickness of native soil attached to the roots. St. Augustine grass sod shall have a healthy,
virile root system of dense, thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots.
The sod shall be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted.
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn.
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling, and planting. Sod material shall be kept moist from the time it is dug
until planted. When so directed by the Engineer, the sod existing at the source shall be
02/09/2010 SC-33
PART D -SPECIAL CONDITIONS
watered to the extent required prior to excavating . Sod material shall be planted within three
days after it is excavated.
CONSTRUCTION METHODS: After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of the
contract, sodding of the type specified shall be performed in accordance with the requirements
hereinafter described. Sodding shall be either "spot" or "block"; either Bermuda, Buffalo or St.
Augustine grass.
a. Spot Sodding
Furrows parallel to the curb line or sidewalk lines, twelve (12) inches on centers or to the
dimensions shown on the Drawings, shall be opened on areas to be sodded. In all furrows,
sod approximately three (3) inches square shall be placed on twelve (12) inch centers at
proper depth so that the top of the sod shall not be more than one-half (1/2) inch below the
finished grade. Holes of equivalent depth and spacing may be used instead of furrows.
The soil shall be firm around each block and then the entire sodded area shall be carefully
rolled with a heavy, hand roller developing fifteen (15) to twenty-five (25) pounds per
square inch compression. Hand tamping may be required on terraces.
b. Block Sodding.
At locations on the Drawings or where directed, sod blocks shall be carefully placed on the
prepared areas. The sod shall be so placed that the entire designated area shall be
covered, and any voids left in the block sodding shall be filled with additional sod and
tamped. The entire sodded area shall be rolled and tamped to form a thoroughly compact
solid mass. Surfaces of block sod, which, in the opinion of the Engineer, may slide due to
the height or slope of the surface or nature of the soil, shall, upon direction of the Engineer,
be pegged with wooden pegs driven through the sod block to the firm earth, sufficiently
close to hold the block sod firmly in place.
When necessary, the sodded areas shall be smoothed after planting has been completed
and shaped to conform to the cross-section previously provided and existing at the time
sodding operations were begun. Any excess dirt from planting operations shall be spread
uniformly over the adjacent areas or disposed of as directed by the Engineer so that the
completed surface will present a sightly appearance.
The sodded areas shall be thoroughly watered immediately after they are planted and shall
be subsequently watered at such times and in a manner and quantity directed by the
Engineer until completion and final acceptance of the project by the City of Fort Worth.
3. SEEDING
DESCRIPTION: "Seeding" will consist of preparing ground, providing and planting seed or a
mixture of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance ~ith these Specifications.
MATERIALS:
02/09/2010 SC-34
PART D -SPECIAL CONDfTlONS
a. General. All seed used must carry a Texas Testing Seed label showing purity and
germination, name, type of seed, and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers . A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination :
Common Name Purity Germination
Common Bermuda Grass 95% 90%
Annual Rye Grass 95% 95%
Tall Fescue 95% 90%
Western Wheatgrass 95% 90%
Buffalo Grass Varieties
Top Gun 95% 90%
Cody 95% 90%
Table 120.2.(2)a.
URBAN AREA WARM-SEASON SEEDING RATE (lbs.); Pure Live Seed (PLS)
Dates
Feb 1 ·
to
May 1
Mixture for Clay or Tight Soils
(Eastern Sections)
Bermudagrass 40
Buffalograss 60
(Western Sections)
Buffalograss 80
Bermudagrass 20
Total: 100 Total: 100
Table, 120.2.(2)b
Mixture for
Sandy Soils
(All Sections)
Bermudagrass 60
Buffalograss 40
Total: 100
TEMPORARY COOL-SEASON SEEDING RATE; (lb.) Pure Live Seed (PLS)
Dates (All Sections)
Aug 15 Tall Fescue 50
to Western Wheatgrass 50
May 1 Annual Rye 50
Total: 100
CONSTRUCTION METHODS : After the designated areas have been completed to the lines,
grades, and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the requirements
hereinafter described.
a. Watering. Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed.
02/09/2010 SC-35
PART D -SPECIAL CONDITIONS
b. Finishing. Where applicable, the shoulders, slopes, and ditches shall be smoothed after
seed bed preparation has been completed and shaped to conform to the cross-section
previously provided and existing at the time planting operations were begun.
BROADCAST SEEDING : The seed or seed mixture in the quantity specified shall be uniformly
distributed over the areas shown on the Drawings and where directed. If the sowing of seed is
by hand, rather than by mechanical methods , the seed shall be sown in two directions at right
angles to each other. Seed and fertilizer shall be distributed at the same time provided the
specified uniform rate of application for both is obtained. "Finishing" as specified in Section D-
45, Construction Methods, is not applicable since no seed bed preparation is required.
DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a min imum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed. The area shall then be
finished to line and grade as specified under "Finishing" in Section D-45 , Construction
Methods.
The seed, or seed mixture, specified shall then be planted at the rate required and the
application shall be made uniformly. If the sowing of seed is by hand rather than by
mechanical methods, seed shall be raked or harrowed into the soil to a depth of approximately
one-eight (1/8) inch . The planted area shall be rolled with a corrugated roller of the
"Cultipacker" type. All rolling of the slope areas shall be on the contour.
ASPHALT MULCH SEEDING: The soil over the area shown on the Drawings, or as directed to
be seeded, shall be loosened to the minimum depth of three (3) inches and all particles in the
seed bed shall be reduced to less than one (1) inch in diameter, or they shall be removed. The
area shall then be finished to line and grade as specified under "Finishing" in Section D-45,
Construction Methods.
Water shall then be applied to the cultivated area of the seed bed until a minimum depth of six
(6) inches is thoroughly moistened. ·-
After the watering, when the ground has become sufficiently dry to be loose and pliable, the
-seed , or seed mixture specified, shall then be planted at the rate required and the application
shall be made uniformly. If the sowing of seed is by hand, rather than mechanical methods,
the seed shall be sown in two directions at right angles to each other. Seed and fertilizer may
be distributed at the same time, provided the specified uniform rate of application for both is
obtained. After planting , the seed shall be raked or harrowed into the soil to a depth of
approximately one-quarter (1/4) inch . The planted surface area and giving a smooth surface
without ruts or tracks . In between the time compacting is completed and the asphalt is applied,
the planted area shall be watered sufficiently to assure uniform moisture from the surface to a
minimum of six (6) inches in depth .
The application of asphalt shall follow the last watering as rapidly as possible. Asphalt shall be
of the type and grade as shown on the Drawings and shall conform to the requirements of the
item 300, "Asphalts, Oils and Emulsions". If the type of asphalt to be used is not shown on the
Drawings, or if Drawings are not included, then MS-2 shall be used. Applications of the
asphalt shall be at a rate of three-tenths (0.3) gallons per square yard. It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall be
comparatively smooth.
02/09/2010 SC-36
PART D -SPECIAL CONDITIONS
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES: Areas where
temporary cool season species have been planted may be replanted beginning February 1 with
warm season species as listed in Table 120.2(2)a. The re-seeding will be achieved in the
following manner. The cool season species shall be mowed down to a height of one (1) inch to
insure that slit-seeding equipment will be able to cut through the turf and achieve adequate soil
penetration.
* Slit-seeding, is achieved through the use of an implement which cuts a furrow (slit) in the soil
and places the seed in the slit which is then pressed close with a cult packer wheel.
4. HYDROMULCH SEEDING:
If hydro mulch seeding is provided, seed mix shall have 95% purity of Bermuda grass and
have a germination rate of 90%. Contractor shall ensure that the grass establishes .
5. CONSTRUCTION WITHIN PARK AREAS
TURF RESTORATION OF PARK AREAS: FERTILIZER
DESCRIPTION: "Fertilizer'' will consist of providing and distributing fertilizer over such areas as
are designated on the Drawings and in accordance with these Specifications.
MATERIALS: All fertilizer used shall be delivered in bags or containers clearly labeled showing
the analysis. The fertilizer is subject to te.sting by the City of Fort Worth in accordance with the
Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with an analysis of 16-20-
0 or 16-5-8 or having the analysis shown on the Drawings. The figures in the analysis
represent the percent of nitrogen, phosphoric acid, and potash nutrients respectively as
determined by the methods of the Association of Official Agricultural Chemists .
In the event it is necessary to substitute a fertilizer of a different analysis, it shall be a pelleted
or granulated fertilizer with a lower concentration. Total amount of nutrients furnished and
applied per acre shall equal or exceed that specified for each nutrient.
CONSTRUCTION METHODS: When an item for fertilizer is included in the Drawings and
proposal, pelleted or granulated fertilizer shall be applied uniformly over the area specified to
be fertilized and in the manner directed for the particular item of work. Fertilizer shall be dry
and in good physical condition. Fertilizer that is powdered to caked will be rejected .
Distribution of fertilizer as a particular item of work shall meet the approval of the Engineer.
Unless otherwise indicated on the Drawings, fertilizer shall be applied uniformly at the average
rate of three hundred (300) pounds per acre for all types of "Sodding" and four hundred (400)
pounds per acre for all types of "Seeding".
MEASUREMENT: Topsoil secured from borrow sources will be measured by the square yard
in place on the project site. Measurement will be made only on topsoils secured from borrow
sources.
Acceptable material for "Seeding" will be measured by the linear foot, complete in place .
02/09/2010 SC-37
,\W,,1,-·
PART D -SPECIAL CONDITIONS
Acceptable material for "Sodding" will be measured by the linear foot, complete in place .
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding.
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work. Its price shall be full compensation for excavating (except as noted
below), loading, hauling , placing and furnishing all labor, equipment, tools, supplies, and
incidentals necessary to complete work.
All labor, equipment, tools and incidentals necessary to supply, transport, stockpile and place
topsoil or salvage topsoil as specified shall be included in "Seeding" or "Sodding " bid items and
will not be paid for directly .
"Spot sodding" or "block sodding" as the case may be, will be paid for at the contract unit price
per square yard, complete in place, as provided in the proposal and contract. The contract unit
price shall be the total compensation for furnishing and placing all sod ; for all rolling and
tamping; for all watering; for disposal of all surplus materials; and for all 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 considerea as
incidental work included in the Contract Unit Price bid for applicable pipe or · structure
installation except for short tunneling/tree augering.
2. Any and all trees located within the equipment operating area at each work site shall, at the
direction of the Engineer, be protected by erecting a "snow fence" along the drip line or
edge of the tree root system between tree and the construction area.
3. Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations. The Engineer shall be notified at
least 24 hours prior to any tree trimming work. No trimming work will be permitted within
private property without written permission of the Owner.
4. Nothing shall be stored over the tree root system within the drip line area of any tree.
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet.
6. At designated locations shown on the drawings, the "short tunnel" method using Class 51
D.I. pipe shall be utilized.
7. Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construction shall be removed and replaced with the same type and diameter tree at the
contractor's expense.
8. Contractor shall employ a qualified landscaper for all the work required for tree care to
ensure utilization of the best agricultural practices and procedures.
02/09/2010 SC-39
PART D" SPECIAL CONDITIONS
9. Short tunneling shall consist of power augering or hand excavation. The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remain ing after pipe
installation shall be pressure grouted.
D-48 CONCRETE ENCASEMENT OF SEWER PIPE
Concrete encasement of sewers shall be paid for at the Contract Unit Price per linear foot of
concrete encasement as measured in place along the centerline of the pipe for each pipe diameter
indicated. The Contract Unit Price shall include all costs associated with installation and
reinforcement of the concrete encasement.
D-49 CLAY DAM
Clay dam construction shall be performed in accordance with the Wastewater Clay Dam
Construction, figure in the Drawings in these Specifications, at locations indicated on the Drawings
or as directed by the City. Clay dams shall be keyed into undisturbed soil to make an impervious
barrier to reduce groundwater percolation through the pipeline trench. Construction material shall
consist of compacted bentonite clay or 2:27 concrete. Payment for work such as forming, placing
and finishing shall be subsidiary to the price bid for pipe installation .
D-50 EXPLORATORY EXCAVATION (D-HOLE)
The Contractor shall .be responsible for verifying the locations of all existing utilities prior to
construction, in accordance with item 0-6. 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 0-6. Payment for
exploratory excavation (0-Hole), at locations identified on the plans or as directed by the Engineer,
shall include full compensation for all materials, excavation, surface restoration, field surveys, and
all incidentals necessary to complete the work, shall be the unit price bid. No payment shall be
made for exploratory excavation(s) conducted after construction has begun.
D-51 INSTALLATION OF WATER FACILITIES
51.1 Polyvinyl Chloride (PVC) Water Pipe
POLYVINYL Chloride Plastic Water Pipe and fittings on this Project shall be in accordance
with the material standard contained in the General Contract Documents. Payment for work
such as backfill, bedding , blocking, detectable tapes and all other associated appurtenant
required, shall be included in the linear foot price bid of the appropriate BID ITEM(S).
02/09/2010 SC-40
PART D -SPECIAL CONDITIONS
51.2 Blocking
Concrete blocking on this Project will necessarily be required as shown on the Plans and
shall be installed in accordance with the General Contract Documents. All valves shall have
concrete blocking provided for supporting. No separate payment will be made for any of the
work involved for the item and all costs incurred will be considered to be included in the linear
foot bid price of the pipe or the bid price of the valve.
51.3 Type of Casing Pipe
1. WATER:
The casing pipe for open cut and bored or tunneled section shall be AWWA C-200
Fabricated Electrically Welded Steel Water Pipe, and shall conform to the provisions
of E1-15, E1-5 and E1-9 in Material Specifications of General Contract Documents
and Specifications for Water Department Projects. The steel casing pipe shall be
supplied as follows:
For the inside and outside of casing pipe, coal-tar protective coating in accordance
with the requirements of Sec. 2.2 and related sections in AWWA C-203. Touch-up
after field welds shall provide coating equal to those specified above. C. Minimum
thickness for casing pipe used shall be 0.375 inch.
Stainless Steel Casing Spacers (centering style) such as manufactured by Cascade
Waterworks Manufacturing Company or an approved equal shall be used on all non-
concrete pipes when installed in casing. Installation shall be as recommended by the
Manufacturer.
2. SEWER:
Boring used on this project shall be in accordance with the material standard E1-15 and
Construction standard E2-15 as per Fig. 11 O of the General Contract Documents.
3. PAYMENT:
Payment for all materials, labor, equipment, excavation, concrete grout, backfill, and
incidental work shall be included in the unit price bid per foot.
51.4 Tie-Ins
The Contractor shall be responsible for making tie-ins to the existing water mains. It shall
be the responsibility of the Contractor to verify the exact location and elevation of the
existing line tie-ins. And any differences in locations and elevation of existing line tie-ins
between the contract drawings and what may be encountered in the field shall be
considered as incidental to construction. The cost of making tie-ins to existing water or
sanitary sewer mains shall be included in the linear foot bid price of the pipe.
51.5 Connection of Existing Mains
The Contractor shall determine the exact location, elevation, configuration and angulation
of existing water or sanitary sewer lines prior to manufacturing of the connecting piece.
Any differences in locations, elevation, configuration, and or angulation of existing lines
between the contract drawings and what may be encountered in the said work shall be
considered as incidental to construction. Where it is required to shut down existing mains
in order to make proposed connections, such down time shall be coordinated with the
02/09/2010 SC-41
PART D -SPECIAL CONDITIONS
Engineer, and all efforts shall be made to keep this down time to a minimum . In case of
shutting down an existing main, the Contractor shall notify the City Project Manager,
Construction Services, Phone 817-392-8306, at least 48-hours prior to the required shut
down time. The Contractor's attention is directed to Paragraph C5-5.15 INTERRUPTION
OF SERVICE, Page C5-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS. The Contractor shall notify the customer both personally and in writing
as to the location, time , and schedule of the service interruption.
The cost of removing any existing concrete blocking shall be included in the cost of
connection. Unless bid separately all cost incurred shall be included in the linear foot price
bid for the appropriate pipe size.
51.6 Valve Cut-Ins
It may be necessary to cut-in gate valves to isolate the water main from which the
extension and/or replacement is to be connected. This may require closing valves in other
lines and putting consumers out of service for that period of time necessary to cut in the
new valve; the work must be expedited to the utmost and all such cut-ins must be
coordinated with the engineer in charge of inspection. All consumers shall be individually
advised prior to the shut out and advised of the approximate length of time they may be
without service.
Payment for work such as backfill, bedding, fittings, blocking and all other associated
appurtenants required, shall be included in the price of the appropriate bid items.
51. 7 Water Services
The relocation, replacement, or reconnection of water services will be required as shown ·
on the plans, and/or as described in these Special Contract Documents in addition to those
located in the field and identified by the Engineer.
All service's shall be constructed by the contractor utilizing approved factory manufactured
tap saddles (when required) and corporation stops, type K copper water tubing, curb stops
with lock wings, meter boxes, and if required approved manufactured
service branches. All materials used shall be as specified in the Material Standards (E1-17
& E1-18) contained in the General Contract Documents.
All water services to be replaced shall be installed at a minimum depth of 36 inches below
final grade.
All existing 3/4-inch water service lines which are to be replaced shall be replaced with 1-
inch Type K copper, 1-inch diameter tap saddle when required, and 1-inch corporation from
the main line to the meter box.
All services which are to be replaced or relocated shall be installed with the service main
tap and service line being in line with the service meter unless otherwise directed by the
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified in Section C5-5.15 INTERRUPTION OF SERVICE.
02/09/2010 SC-42
PART D -SPECIAL CONDITIONS
All water service meters shall be removed, tagged, and collected by the contractor for
pickup by the Water Department for reconditioning or replacement. After installation of the
water service in the proposed location and receipt of a meter from the project inspector the
contractor shall install the meter. The meter box shall be reset as necessary to be flush
with existing ground or as otherwise directed by the Engineer. All such work on the
outlet side of the service meter shall be performed by a licensed plumber.
1. WATER SERVICE REPLACEMENTS: Water service replacement or relocation is required
when the existing service is lead or is too shallow to avoid breakage during street
reconstruction. The contractor shall replace the existing service line with Type K copper
from the main to the meter, curb stop with lock wings, and corporation stop.
Payment for all work and materials such as backfill, fittings, type K copper tubing, curb stop
with lock wings, service line adjustment, and any relocation of up to 12-inches from center
line existing meter location to center line proposed meter location shall be included in the
Linear Foot price bid for Copper Service Line from Main to five (5) feet behind Meter. Any
vertical adjustment of customer service line within the 5 foot area shall be subsidiary to the
service installation.
Payment for all work and materials such as tap saddle (if required), corporation stops, and
fittings shall be included in the price bid for Service Taps to Main.
1. WATER SERVICE RECONNECTION: Water setvice reconnection is required when the
existing service is copper and at adequate depth to avoid breakage during street
reconstruction. The contractor shall adjust the existing water service line as required for
reconnection and furnish a new tap with corporation stop. The contractor will be paid for
one (1) Service Tap to Main for each service reconnected plus for any copper service line
used in excess of five (5) feet from Main to five (5) feet behind the Meter.
2. WATER SERVICE METER AND METER BOX RELOCATIONS: When the replacement
and relocation of a water service and meter box is required and the location of the meter
and meter box is moved more than twelve (12) inches, as measured from the center line of
the existing meter to location to the center line of the proposed meter location, separate
payment will be allowed for the relocation of service meter and meter box. Centerline is
defined by a line · extended from the service tap through the meter. Only relocations made
perpendicular to this centerline will be paid for separately. Relocations made along the
centerline will be paid of in feet of copper service line.
When relocation of service meter and meter box is required, payment for all work and
materials such as backfill, fittings, five (5) feet of type K copper service and all materials,
labor, and equipment used by and for the licensed plumber shall be included in the price
bid for the service meter relocation. All other costs will be included in other appropriate bid
item(s).
This item will also be used to pay for all service meter and meter box relocations as
required by the Engineer when the service line is not being replaced. Adjustment of only
the meter box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time. Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
02/09/2010 SC-43
PART D -SPECIAL CONDITIONS
4. NEW SERVICE: When new services are required the contractor shall install tap saddle
(when required), corporation stop, type K copper service line, curb stop with lock wings,
and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or s1r1aller. The reinforced plastic water meter boxes shall comply with
section E1-18A-Reinforced Plastic Water Meter Boxes.
Payment for all work and materials such as backfill, fittings, type K copper tubing, and curb
stop with lock wings shall be included in the Linear Foot price bid for Service Line from
Main to Meter five (5) feet behind the meter.
Payment for all work and materials such as tap saddle, corporation stops, and fittings shall
be included in the price bid for Service Taps to Mains.
Payment for all work and materials such as furnishing and setting new meter box shall be
included in the price bid for furnish and set meter box.
1. MULTIPLE SERVICE BRANCHES: When multiple service branches are required the
contractor shall furnish approved factory manufactured branches.
Payment for multiple service branches will include furnishing and installing the multiple
service branch only and all other cost will be included in other appropriate bid item(s).
2. MULTIPLE STREET SERVICE LINES TO SINGLE SERVICE METER: Any multiple
service lines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicable for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-lnch Temporary Service Line
A. The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water service to all buildings that will nece§sarily 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.
02/09/2010 SC-44
PART D -SPECIAL CONDITIONS
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed, number of service taps and number of
feed points.
When the temporary service is required for more than one location the 2-inch temporary
service pipes, 3/4-inch service lines and the 2-inch meter shall be moved to the next
successive project location.
Payment for work such as fittings, 3/4-inch service lines, asphalt, barricades, all service
connections, removal of temporary services and . all other associated appurtenants
required, shall be included in the appropriate bid item.
B. In order to accurately measure the amount of water used during construction, the
Contractor will install a fire hydrant meter for all temporary service lines. Water used
during construction for flushing new mains that cannot be metered from a hydrant will be
estimated as accurately as possible. At the pre-construction conference the contractor will
advise . the inspector of the number of meters that will be needed along with the locations
where they will be used. The inspector will deliver the hydrant meters to the locations.
After installation, the contractor will take full responsibility for the meters until such time as
the contractor returns those meters to the inspector. Any damage to the meters will be the
sole responsibility of the contractor. The Water Department Meter Shop will evaluate the
condition of the meters upon return and if repairs are needed the contractor will receive an
invoice for those repairs. The issued meter is for this specific project and location only.
Any water that the contractor may need for personal use will require a separate hydrant
meter obtained by the Contractor, at its cost, from the Water Department.
51.9 Purging and Sterilization of Water Lines
Before being placed into service all newly constructed water lines shall be purged and
sterilized in accordance with E2-24 of the General Contract Documents and Specifications
except as modified herein. The City will provide all water for INITIAL cleaning and
sterilization of water lines. All materials for construction of the project, including
appropriately sized "pipe cleaning pigs", chlorine gas or chlorinated lime (HTH) shall be
furnished by the Contractor. Chlorinated lime (HTH) shall be used in sufficient quantities to
provide a chlorine residual of fifty (50) PPM. The residual of free chlorine shall be
measured after 24 hours and shall not be less than 10 parts per million of free chlorine.
Chlorinated water shall be disposed of in the sanitary sewer system. Should a sanitary
sewer not be available, chlorinated water shall be "de-chlorinated" prior to disposal. The
line may not be placed in service until two successive sets of samples, taken 24 hours
apart, have met the established standards of purity.
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe.
51.1 O Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary . Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
02/09/2010 SC-45
PART D -SPECIAL CONDITIONS
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as requ ired in large
water meter vaults as per Figure 33 unless otherwise .directed by the Engineer.
The appropriate water sampling station will be furnished to the Contractor free of charge ;
however, the Contractor will be required to pick up this item at the Field Operations
Warehouse.
PAYMENT FOR FIGURE 34 INSTALLATIONS: Payment for all work and materials
necessary for the installation of the 3/4-inch type K copper service line will be shall be
included in the price bid for copper Service Line from Main to Meter.
Payment for all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop, fittings, and an incidental 5-feet of type K copper service
line which are required to provide a complete and functional water sampling station shall be
included in the price bid for Water Sample Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials
necessary for the installation tap saddle, gate valve , and fittings shall be included in the
price bid for Service Taps to Main.
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations.
51.12 Ductile Iron. and Gray Iron Fittings
Reference Part E2 Construction Specifications , Section E2-7 Installing Cast Iron Pipe,
fittings , and Specials, Sub section E2-7.11 Cast Iron Fittings:
E2-7 .11 DUCTILE-IRON AND GRAY-IRON FITIINGS: 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 E1-13 and Construction
Specification E2-13. Wrapping shall precede horizontal concrete blocking, vertical tie-down
concrete blocking, and concrete cradle. Payment for the polyethylene wrapping, horizontal
concrete blocking, vertical tie-down concrete blocking , and concrete cradle shall be
included in bid items for vales and fittings and no other payments will be allowed.
02/09/2010 SC-46
PART D -SPECIAL CONDITIONS
D-52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200, "Sprinkling for Dust Control" shall
apply. However, no direct payment will be made for this item and it shall be considered to this
contract.
D-53 DEWATERING
The Contractor shall be responsible for determining the method of dewatering operation for the
water or sewage flows from the existing mains and ground water. The Contractor shall be
responsible for damage of any nature resulting from the dewatering operations .
The DISCHARGE from any dewatering operation shall be conducted as approved by the Engineer.
Ground water shall not be discharged into sanitary sewers .
Dewatering shall be considered as incidental to a construction and all costs incurred will be
considered to be included in the project price.
D-54 TRENCH EXCAVATION ON DEEP TRENCHES
Contractor to prevent any water flowing into open trench during construction. Contractor shall not
leave excavated trench open overnight. Contractor shall fill any trench the same day of
excavation. No extra payment shall be allowed for this special condition.
D-55 TREE PRUNING
A. REFERENCES: National Arborist Association's "Pruning Standards for Shade Trees".
8. ROOT PRUNING EQUIPMENT
1. Vibratory Knife
2 .. Vermeer V-1550RC Root Pruner
C. NATURAL RESOURCES PROTECTION FENCE
3. Steel "T" = Bar stakes, 6 feet long.
4. Smooth Horse-Wire: 14-1/2 gauge (medium gauge) or 12 gauge (heavy gauge).
5 . Surveyor's Plastic Flagging : 'Tundra" weight , International fluorescent orange or red
color.
6. Combination Fence: Commercially manufactured combination soil separator fabric on
wire mesh backing as shown on the Drawings .
D. ROOT PRUNING
7. Survey and stake location of root pruning trenches as shown on drawings.
8. Using the approved specified equipment, make a cut a minimum of 36 inches deep in
order to minimize damage to the undisturbed root zone .
02/09/2010 SC -47
PART D -SPECIAL CONDITIONS
9. Backfill and compact the trench immediately after trenching .
10 . Place a 3-foot wide by 4-inch deep cover of mulch over the trench as required by the
Engineer.
11 . Within 24 hours , prune flush with ground and backfill any exposed roots due to
construction activity. Cover with wood chips of mulch in . order to equalize soil
temperature and minimize water loss due to evaporation.
12 . Limit any grading work within conservation areas to 3-inch maximum cut or fill, with no
roots over 1-inch diameter being cut unless cut by hand or cut by specified methods ,
equipment and protection.
E. MULCHING: Apply 2-inches to 4-inches of wood chips from trimming or clearing operation
on areas designated by the Engineer.
F. Tree Pruning shall be considered subsidiary to the project contract price .
D-56 TREE REMOVAL
Trees to be removed shall be removed using applicable methods, including stump and root ball
removal, loading, hauling and dumping. Extra caution shall be taken to not disrupt existing utilities
both overhead and buried. The Contractor shall immediately repair or replace any damage to
utilities and private property including, but not limited to, water and sewer services, pavement,
fences, walls, sprinkler system piping, etc., at no cost to the Owner. All costs for tree removal,
including temporary service costs , shall be considered subsidiary to the project contract price and
no additional payment will be allowed.
D-57 TEST HOLES
The matter of subsurface exploration to ascertain the nature of the soils , including the amount of
rock, if any, through which this pipeline installation is to be made is the responsibility of any and all
prospective bidders, and any bidder on this project shall submit his bid under this condition.
Whether prospective bidders perform this subsurface exploration jointly or independently, and
whether they make such determination by the use of test holes or other means, shall be left to the
discretion of such prospective bidders.
If test borings have been made and are provided for bidder's information, at the locations shown
on the logs of borings in the appendix of this specification , it is expressly declared that neither the
City nor the Engineer guarantees the accuracy for the information or that the material encountered
in excavations is the same, either in character, location , or elevation, as shown on the boring logs.
It shall be the responsibility of the bidder to make such subsurface investigations, as he deems
necessary to determine the nature of the material to be excavated . The Contractor assumes all
-responsibility for interpretation of these records and for making and maintaining the required
excavation and of doing other work affected by the geology of the site.
The cost of all rock removal and other associated appurtenances, if required, shall be included in
the linear foot bid price of the pipe .
02/09/2010 SC-48
PART D -SPECIAL CONDITIONS
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project, the contractor shall, on a block by block
basis, prepare and deliver a notice or flyer of the pending construction to the front door of each
residence or business that will be impacted by construction. The notice shall be prepared as
follows:
The notification notice or flyer shall be posted seven (7) days prior to beginning any construction
activity on each block in the project area. The flyer shall be prepared on the Contractor's
letterhead and shall include the following information: Name of Project, City Project No (CPN).,
Scope of Project (i.e. type of construction activity), actual construction duration within the block,
the name of the contractor's foreman and his phone number, the name of the City's inspector and
his. phone number and the City's after-hours phone number. A sample of the 'pre-construction
notification' flyer is attached.
The contractor shall submit a schedule showing the construction start and finish time for each
block of the project to the inspector. In addition, a copy of the flyer shall be delivered to the City
Inspector for his review prior to being distributed. The contractor will not be allowed to begin
construction on any block until the flyer is delivered to all residents of the block.
In the event it becomes necessary to temporarily shut down water service to residents or
businesses during construction, the contractor shall prepare and deliver a notice or flyer of the
pending interruption to the front door of each affected resident. The notice shall be prepared as
follows:
The notification or flyer shall be posted twenty-four (24) prior to the temporary interruption. The
flyer shall be prepared on the contractor's letterhead and shall include the following information:
Name of the project, City Project Number, the date of the interruption of. service, the period the
interruption will take place, the name of the contractor's foreman and his phone number and the
name of the City's inspector and his phone number. A sample of the temporary water service
· interruption notification is attached.
A copy of the temporary interruption notification shall be delivered to the inspector for his review
prior to being distributed. The contractor shall not be permitted to proceed with interruption of
water service until the flyer has been delivered to all affected residents and businesses.
Electronic versions of the sample flyers can be obtained from the Project Construction Inspector ..
All work involved with the notification flyers shall be considered subsidiary to the contract price and
no additional compensation shall be made .
D-59 TRAFFIC BUTIONS
The removal and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item. In the event that the contractor prefers for the Signals, Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred, both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
02/09/2010 SC-49
PART D -SPECIAL CONDITIONS
D-60 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced, the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not
possible, the cleanout stack and cap shall be cast iron.
Payment for all work and materials necessary for the installation of the two-way service cleanout
which are required to provide a complete and functional sanitary sewer cleanout shall be included
in the price bid for Sanitary Sewer Service Cleanouts.
D-61 TEMPORARY PAVEMENT REPAIR
The Contractor shall provide a temporary pavement repair immediately after trench backfill and
compaction using a minimum of 2-inches of hot mix asphalt over a minimum of 6-inches of
compacted flex base. The existing asphalt shall be saw cut to provide a uniform edge and the
entire width and length of the temporary repair shall be rolled with a steel asphalt roller to provide
smooth rideability on the street as well as provide a smooth transition between the existing
pavement and the temporary repair. Cost of saw cutting shall be subsidiary to the temporary
pavement repair pay item.
The contractor shall be responsible for maintaining the temporary pavement until the paving
contractor has mobilized. The paving contractor shall assume maintenance responsibility upon
such mobilization. No additional compensation shall be made for maintaining the temporary
pavement.
D-62 CONSTRUCTION STAKES
The City, through its Surveyor or agent, will provide to the Contractor construction stakes or other
customary method of markings as may be found consistent with professional practice, establishing
line and grades for roadway and utility construction, and centerlines and benchmarks for
bridgework. These stakes shall be set sufficiently in advance to avoid delay whenever practical.
One set of stakes shall be set for all utility construction (water, sanitary sewer, drainage etc.), and
one set of excavation/or stabilization stakes, and one set of stakes for curb and gutter/or paving. It
shall be the sole responsibility of the Contractor to preserve, maintain, transfer, etc., all stakes
. furnished until completion of the construction phase of the project for which they were furnished.
If the City or its agent determines that a sufficient number of stakes or markings provided by the
City, have been lost, destroyed, or disturbed, to 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 construction and/or right-of-entry agreements for
properties where construction activity is necessary on City owned facilities, such as sewer lines or
02/09/2010 SC-50
PART D -SPECIAL CONDITIONS
manholes. For locations where the City was unable to obtain the easement or right-of-entry, it
shall be the Contractor's responsibility to obtain the agreement prior to beginning work on subject
property. This shall be subsidiary to the contract. The agreements, which the City has obtained,
are available to the Contractor for review by contacting the consultant who distributes the plans for
the project. Also, it shall be the responsibility of the Contractor to obtain written permission from
property owners to perform such work as cleanout repair and sewer service replacement on
private property. Contractor shall adhere to all requirements of Paragraph C6-6.1 O of the General
Contract Documents. The Contractor's attention is directed to the agreement terms along with any
special conditions that may have been imposed on these agreements,.by the property owners.
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required. No additional payment will be allowed for this item.
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance, and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For
railroad permits, any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad I
Agency Right-of-way". No additional compensation shall be allowed on this pay item.
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin on
this project a public meeting will be held at a location to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule, including construction start date, and answer any construction related
questions. Every effort will be made to schedule the neighborhood meeting within the two weeks
following the pre-construction conference but in no case will construction be allowed to begin
until this meeting is held.
D-65 WAGE RATES
Compliance with and Enforcement of Prevailing Wage Laws
Duty to pay Prevailing Wage Rates.
The contractor shall comply with all requirements of Chapter 2258, Texas G.overnment Code
(Chapter 2258), including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258. Such
prevailing wage rates are included in these contract documents.
Penalty for Violation.
A contractor or any subcontractor who does not pay the prevailing wage shall, upon demand made
by the City, pay to the City $60 for each worker employed for each calendar day or part of the day
that the worker is paid less than the prevailing wage rates stipulated in these contract documents.
02/09/2010 SC-51
PART D -SPECIAL CONDITIONS
This penalty shall be retained by the City to offset its administrative costs , pursuant to Texas
Government Code 2258 .023.
Complaints of Violations and City Determination of Good Cause.
On receipt of information , including a complaint by a worker, concerning an alleged violation of
2258.023, Texas Government Code, by a contractor or subcontractor, the City shall make an initial
determination, before the 31st day after the date the City receives the information , as to whether
good cause exists to believe that the violation occurred. The City shall notify in writing the
contractor or subcontractor and any affected worker of its initial determination. Upon the City's
determination that there is good cause to believe the contractor or subcontractor has violated
Chapter 2258, the City shall retain the full amounts claimed by the claimant or claimants as the
difference between wages paid and wages due under the prevailing wage rates, such amounts
being subtracted from successive progress payments pending a final determination of the
violation .
Arbitration Required if Violation Not Resolved .
An issue relating to an alleged violation of Section 2258.023, Texas Government Code, including a
penalty owed to the City or an affected worker, shall be submitted to binding arbitration in
accordance with the Texas General Arbitration Act (Article 224 et seq., Revised Statutes) if the
contractor or subcontractor and any affected worker do not resolve the issue by agreement before
the 15th day after the date the City makes its initial determination pursuant to paragraph (c) above .
If the persons required to arbitrate under this section do not agree on an arbitrator before the 11th
day after ; the date that arbitration is required, a district court shall appoint an arbitrator on the
petition of any of the persons. The City is not a party in the arbitration. The decision and award of
the arbitrator is final and binding on all parties and may be enforced in any court of competent
jurisdiction.
Records to be Maintained.
The contractor and each subcontractor shall, for a period of three (3) years following the date of
acceptance of the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor1n the construction of the work provided for in this contract; and (ii) the
actu.al 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 ~t the end of this section.)
(Attached)
02/09/2010 sc~s2
PART D -SPECIAL CONDITIONS
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE
A. It is the intent of the City of Fort Worth to comply with the requirements of the Asbestos
National Emissions Standards for Hazardous Air Pollutants (NESHAP) found at 40 CFR
Part 61, Subpart M. This specification will establish procedures to be used by all
Excavators in the removal and disposal of asbestos cement pipe (ACP) in compliance with
NESHAP. Nothing in this specification shall be construed to void any provision of a contract
or other law, ordinance, regulation or policy whose requirements are more stringent.
B. ACP is defined under NESHAP as a Category II, non-friable material in its intact state but
which may become friable upon removal, demolition and/or disposal. Consequently, if the
removal/ disposal process renders the ACP friable, it is regulated under the disposal
requirements of 40 CFR 61.150. A NESHAP notification must be filed with the Texas
Department of Health. The notification must be filed at least ten days prior to removal of
the material. If it remains in its non -friable state, as defined by the NESHAP, it can be
disposed as a conventional construction waste. The Environmental Protection Agency
(EPA) defines friable as material, when dry, which may be crumbled, pulverized or reduced
to powder by hand pressures.
C. The Generator of the hazardous material is responsible for the identification and proper
handling, transportation, and disposal of the material. Therefore, it is the policy of the City
of Fort Worth that the Excavator is the Generator regardless of whether the pipe is friable
or not.
D. It is the intent of the City of Fort Worth that all ACP shall be removed in such careful and
prudent manner that it remains intact and does not become friable. The Excavator is
responsible to employ those means, methods, techniques and sequences to ensure this
result.
E. Compliance with all aspects of worker safety and health regulations including but not
limited to the OSHA Asbestos Standard is the responsibility of the Excavator. The City of
Fort Worth assumes no responsibility for compliance programs, which are the responsibility
of the Excavator. (Copy of forms attached)
F. The removal and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or indicated on the project plans or contract documel)ts.
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmental Quality (TCEQ) regulations, a Texas
Pollutant Discharge Elimination System (TPDES) General Construction Permit is required for all
construction activities that result in the disturbance of one to five acres (Small Construction
Activity) or five or more acres of total land (Large Construction Activity). The contractor is defined
as an "operator" by state regulations and is required to obtain a permit. Information concerning the
02/09/2010 SC-53
PART D -SPECIAL CONDlTlONS
permit can be obtained through the Internet at http://www.tnrcc.state .tx.us/permitting/water
perm/wwperm/construct.html. Soil stabilization and structural practices have been selected and
designed in accordance with North Central Texas Council of Governments Best Management
Practices and Erosion Control Manual for Construction Activities (BMP Manual). This manual can
be obtained through the Internet at www.dfwstormwater.com/runoff.html. Not all of the structural
controls discussed in the BMP Manual will necessarily apply to this project. Best Management
Practices are construction management techniques that, if properly utilized, can minimize the need
for physical controls and possible reduce costs . The methods of control shall result in minimum
sediment retention of not less than 70%.
NOTICE OF INTENT {NOi): If the project will result in a total land disturbance equal to or greater
than 5 acres, the contractor shall sign at the pre-construction meeting a TCEQ Notice of Intent
(NOi) form prepared by the engineer. It serves as a notification to the TCEQ of construction
activity as well as a commitment that the contractor understands the requirements of the permit for
storm water discharges from construction activities and that measures will be taken to implement
and maintain storm water pollution prevention at the site. The NOi shall be submitted to the TCEQ
at least 48 hours prior to the contractor moving on site and shall include the required $100
application fee.
The NOi shall be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin, TX 78711-3087
A copy of the NOi shall be sent to:
City of Fort Worth
Department of Environmental Management
5000 MLK Freeway
Fort Worth, TX 76119
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity, the
contractor shall sign, prior to final payment, a TCEQ Notice of Termination (NOT) form prepared
by the engineer. It serves as a notice that the site is no longer subject to the requirement of the
permit.
The NOT should be mailed to:
Texas Commission on Environmental Quality
Storm Water & General Permits Team; MC-228
P.O. Box 13087
Austin , TX 78711-3087
STORM WATER POLLUTION PREVENTION PLAN {SWPPP): A document consisting of an
erosion control and toxic waste management plan and a narrative defining site parameters and
techniques to be employed to reduce the release of sediment and pollution from the construction
site. Copies of the project SWPPP's are available for viewing at the office of the Consultant
disbursing the plans for the project. The selected Contractor shall be provided with three copies of
the SWPPP after award of contract, along with unbounded copies of all forms to be submitted to
.the Texas Commission on Environmental Quality.
02/09/2010 SC-54
PART D -SPECIAL CONDITlONS
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOi) form shall be completed and submitted to the TCEQ including
payment of the TCEQ required fee. A SWPPP that meets all TCEQ requirements prepared by the
Engineer shall be prepared and implemented at least 48 hours before the commencement of
construction activities. The SWPPP shall be incorporated into in the contract documents. The
contractor shall submit a schedule for implementation of the SWPPP. Deviations from the plan
must be submitted to the engineer for approval. The SWPPP is not warranted to meet all the
conditions of the permit since the actual construction activities may vary from those anticipated
during the preparation of the SWPPP. Modifications may be required to fully conform to the
requirements of the Permit. The contractor must keep a copy of the most current SWPPP at the
construction site. Any alterations to the SWPPP proposed by the contractor must be prepared and
submitted by the contractor to the engineer for review and approval. A Notice of Termination
(NOT) form shall be submitted within 30 days after final stabilization has been achieved on all
portions of the site that is the responsibility of the permittee, or, when another permitted operator
assumes control over all areas of the site that have not been finally stabilized.
SMALL CONSTRUCTION ACTIVITY -. DISTURBED AREA EQUAL TO OR GREATER THAN
ONE ACRE BUT LESS THAN FIVE ACRES: Submission of a NOi form is not required. However,
a TCEQ Site Notice form must be completed and posted at the site. A copy of the completed Site
Notice must be sent to the City of Fort Worth Department of Environmental Management at the
address listed above. A SWPPP, prepared as described above, shall be implemented at least 48
hours before the commencement of construction activities. The SWPPP must include descriptions
. of control measures necessary to prevent and control soil erosion, sedimentation and water
pollution and will be included in the contract documents. The control measures shall be installed
and maintained throughout the construction to assure effective and continuous water pollution
control. The controls may include, but not be limited to, silt fences, straw bale dikes, rock berms,
diversion dikes, interceptor swales, sediment traps and basins, pipe slope drain, inlet protection,
stabilized construction entrances, seeding, sodding, mulching, soil retention blankets, or other
structural or non-structural storm water pollution controls. The method of control shall result in a
minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual." Deviations from
the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown on
the proposal as full compensation for all items contained in the project SWPPP.
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City's representative. The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off and
on to accommodate the construction of the project, the Contractor must coordinate this activity
through the appropriate City representative. The Contractor shall not operate water line valves of
existing water system. Failure to comply will render the Contractor in violation of Texas Penal
Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the full
extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions.
02/09/2010 SC-55
PART D -SPECIAL CONDIT IONS
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 deliv,er a quality product and successfully
complete projects for the amount bid within the stipulated time frame . Based upon the City 's
assessment of the submitted information, a recommendation regarding the award of a contract will
be made to the City Council. Failure to submit the additional information if requested may be
grounds for rejecting the apparent low bidder as non-responsive. Affected contractors will be
notified in writing of a recommendation to the City Council.
D-70 EARLY WARNING SYSTEM FOR CONSTRUCTION
Time is of the essence in the completion of this contract. In order to insure that the contractor is
responsive when notified of unsatisfactory performance .and/or of failure to maintain the contract
schedule , the following process shall be applicable:
The work progress on all construction projects will be closely monitored. On a bi-monthly basis the
percentage of work completed will be compared to the percentage of time charged to the c·ontract.
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.
0210912010 SC-56
PART D -SPECIAL CONDITIONS
D-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days designated as "AIR POLLUTION WATCH DAYS". Typically, the
OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31 , with 6:00
a.m. -10:00 a.m . being critical BECAUSE EMISSIONS FROM THIS TIME PERIOD HAVE
ENOUGH TIME TO BAKE IN THE HOT ATMOSPHERE THAT LEADS TO EARLY AFTERNOON
OZONE FORMATION ..
The Texas Commission on Environmental Quality (TCEQ), in 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
02/09/2010 SC-57
PART D -SPECIAL CONDITIONS
(To be printed on Contractor's Letterhead)
Date:
CPN No.:
Project Name:
Mapsco Location:
Limits of Construction:
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE CITY OF FORT WORTH,
OUR COMPANY WILL WORK ON WATER AND/ OR SEWER LINES ON OR AROUND YOUR
PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS FROM THE DATE OF THIS
NOTICE.
IF YOU HAVE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY OR ANY OTHER ISSUE,
PLEASE CALL:
Mr. <CONTRACTOR'S SUPERINTENDENT> AT <TELEPHONE NO.>
OR
Mr. <CITY INSPECTOR> AT< TELEPHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392 8306
PLEASE KEEP THIS FL YER HANDY WHEN YOU CALL
02/09/2010 SC-58 .
~·
02/09/2010
PART D -SPECIAL CONDITIONS
fORTWORTH ,.,.,-, ---
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 Tms SHUT-OUT, PLEASE CALL:
MR. AT_~~~-=---------------
(CONTRACTORS S:IJPERINTENDEN'l) (TELEPHONE NUMBER)
OR
MR. ____________ AT _________ _
(CITY INSPECTOR) (TELEPHONE NUMBER)
Tms INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU,
-------------~CONTRACTOR
SC-59
PART D -SPECIAL CONDITIONS
.,
... · .. I. '(;}:f i~r;:L~~~,~~1~t~':~~~jf~t·1;~"1 °'.~ .. ~ ..... ti"'"' .. E. .._,.,,,.:.c:.:r.::. . ... ,,. .. ,, .. ,... ..... .
.. ,, ·. ~i:.t\m;i:,~tP6fflf~~':,,i~tt~:iJ.;i .~~ftt ~:~.'No, ...... ______ ......_
. {F~i' TA.HP.A.' {pi.ibllc bu~diri:1) p~<ijecl~=:~n~~!;j~_mp~iori :mus t be rTiadeJw ~ TDf·fLlcc.nsed lnspett.or)
• 1~1··.~:&.~r~~n -~~,:~1~":n~ ·d~~°:1i~.~~·~t•:f~~6i~t•i~.~~;~;ji~.:~.~.~~~i.:it~•§~bo.~~s) .• t3 ·~ us~d . .,,,: ...... ·--......,.......,....;.,,.,."'-
. ·.·: ... ,: ..
' I • • • . . .
"--:"':"~~-:"'= .. ~-~~~ .•••.• :-:-, •• ·~ ...... :,-T;";\:· •••• ·-. •••• -~.,_,-·•···.,,,.-,,.•·-.•·. ~,.·,.,~c•:e; ,;
02/09/2010 SC-60
PART D -SPECIAL CONDITIONS
1 ~f:AL (appll~~~ l~~mti h\ tt'la-foll(m1ng table must be i;ompleted; iF NO ASBESTOS PRESENT CHECK HERE i3 : ·•·
Ap:pro:idm11te amount of Check unlt of measurement
. Mbe~ttie;,Gontainirig Ba,iildi,ig M~terial .. ,AsbEJ$lQ!; •, .. ·.· .· . .. . · Type . . . . ..__.....;...;;,,;.....,.....=..._--1--,.-....--...... ......,.~-.----1
Surface Area ln ' ln. SQ
Fi 'M Ft
Pip.as
RACM lo be removed
RACM NOT removed .. . .. . .
l non ~rrtabta removed
;Ji,; .. ;. ~;;,;,..;;;~~.,.:.-;c:.,,.,-'-:-,--.c.....,-..,.,-"-:-----:';,,,...,...,....,. ... .;.,..;._ ..... .,.;.r..;._,.....;.;._.....;
·. 1.3:I,:.!.Adc;~Cfli~fif L.I t.:::ot~.···~. ~·' ------,C,..,.ity-;-.... -.-.. ------'-... -... -.• ·•.•:re:·dcera~e ·NuE;tr. ------
... , .. /,· ...... ~ ,,-,;,,.,. ,, ·.·. ·. •· ~~oneNumbe~:· . .._r_.· ....... )-·. -------"""
.. : 1S):ii!f'J;:$(~J~rallyunsound foollllles, ~macti a copy of cremnlffion order and identify Gcvemmental Official below( · // ., .
·. ·<(:'.,N.~'~::••(,•;'•; , \' ,; .· ' ....• · • • •.. < < •·. : . •, Re9lsfratloil'No: < .. . .... ·• . ··.·· .• .. . · . ' ...•..
'_ litle::Pf '.orde{~M.M(DO/YV) · · J J · Date nrder to ~egill (IY1~1/0~l r I
'edul~d, ·p~tes ~f .Asbestois Alxlt~ent (MM/DDNY} Start . . I · / · · • . Compleie; . I . I , ... ····: .... r· : .. :·-. . ---.. ··.. .·, ....... , -. .
;.:-.
. : ·11r sl:he~u,!ei:l Dates DernolilionlRenovaoon {f'AMIODNY) Slart: I J Completa: ___ _., _ _.1 ___ .,,.. · . ""' ~ote: If 9te start date an this nalifle-,11.tii,n c~n not bo m1.1t1 UI; lDH Regfonal or Lor.al ProglilJII office Musi !be conlactsd by
l?.h.9.i::i~)!ri!?i: to t!'t_! &tait ,date •. Failu~ lo do Iii) ~ a 'Yto~\lon rn ~cco1cbnco to TAHPA. Scctlon 295.e1 ,
I h.~~by ~nify 111,~ ;H i!lformaoon I ~V~ provided Is correct , oompltto, and 1rue 1o the best of my knowledge. I sckrii,.vl~dge •.
· .. t~at I ?~ resp9nsible fQr all aspects or the riotffiCil1ion i'orm, i11clud ijng, but not limiting, ilO ... ltenl and submlssfon dates ~; TJ,9 . . .
r,i~1t.ij iJ~ p1;1nl;ifty i$ $10,000 per dey per violatlon. · · · · · .
..... ···-..... :.:-·· ..
(S1gnl!i1ui'~ of 81.11Jrj]ng O.w.ner/ Operator
ot Delegated ConsuSlant!Contracior)
MAILTO:
..,Faxes at0: not a.r:ceptetr
,(Printed Nam~) (Date}
ASBES'J'OS N011FICATLON SECTJON
TOXlC SUBSTANCE;S CONTROL DIVISION
TEXAS ClePAATMENr OF HEAL iii
Po aox 143536
AUSTIN, TX 78714-3536
Pli: 512-834-'6600, 1-800-572-56'18
(Teleph041e)
L .. l .
{Fax Number)
~FaKcs aro not accepted*.
FormAPBff.5, dfJt~dt)7/2M)2. Replaces TDH fcmi datOd 07l13l(i1. /tot~/sranc:e in c;ampf&ling farm, cal/ 1-800-572-,5548
---= ... : .. ;,· .. -.•-.. ·~-~--... :v ..... ' .... _,_ .. _, ........
02/09/2010 SC-61
PART D -SPECIAL CONDITIONS
02/09/2010 SC-62
PART D -SPECIAL CONDITIONS
Concrete Finisher ;s1ruclures
Concrete Paviri · Curbin Mach . 0 eT.
Concrete. Rubber .
Crane. Clamshell, Backhoe, Derrick,
pfagane~ shdve1
Electrician
fjagge~
Form Builder-· Structures.
Form .Seifer'-Pavµig & Curbs
Fouridatirin Drill o erafor, Crawler Mounted
Fo\iridation Drill O .erafoT, Truck Mourned
Ro!ler. Sfe.e!Wheel Plant-Mix Pavements
Roll.er, Stal. Whei;,I other Flahvheel oT
Source is AGC or T e.xas
(Hwy. Hvy. Utilities !ndustriai 8:ranch)
ww1i.•.access.gpogov/davi.sbaccnl
02/09/2010
$13.gQ
$12]8
$14.15
$13..22
$12.80
$12.85
$13.27
$12Jl0
$12.50
$13.55
$14.eiD
$10.61
$18,12
$8.43
.$11.63
$11.83
$13.67
$9.18 ·
$10.65
: $16.97
$11 .83
$.11.58
$15:.20
$14.50
$13.17
· $10.04
$11 .04
$11.28
$10.1?.2
.$1.1 .07
$14.e8
$16..2:Q
SC-63
Truck Dri\•1M-Sin · le Axle Hea:
Truck Ori•ia-.;.·Tandem Aile.Semi-Trailer
Truck Dri•,e:r-' L-awbo /Float
Trut:k.'Dri\•ei.;.Transit Mix ..
Wagon Drill. Boring· Machine, Post Hole
Driller
Welder
Work Zone Barricade Sa-vicer
S,12.03 ·
$11.47.
·$11.75
$J3,57
$10.08
City of Fort Worth, Texas
Mayor and Council Communication
COUNCIL ACTION: Approved on 7/8/2008
DATE: Tuesday, July 08, 2008
LOG NAME: 30WAGE RA TES
SUBJECT:
REFERENCE NO.: **G-16190
Adopt 2008 Prevailing Wage Rates for City-Awarded Public-Works Projects
RECOMMENDATION:
It is recommended that the City Council adopt the attached 2008 Prevailing Wage Rates for City-awarded
public works projects.
DISCUSSION:
Texas Government Code Chapter 2258 requires that a public body awarding a contract for public works
shall determine the general prevailing rate of per diem wages for each craft or type of worker needed to
execute the contract, and shall specify In the bid documents and in the contract the prevailing wage rates in
that locality.
Each year The Quoin Chapter of the Associated General Contractors, In conjunction with the Association of
Builders and Contractors (ABC) and the American Sub-Contractors Association (ASA), conducts a wage
rate survey for North Texas construction . The attached 2008 Prevailing Wage Rate data was compiled from
that survey.
FISCAL INFORMATION/CERTIFICATION:
The Finance Director certifies that this action will have no material effect on City funds.
TO Fund/Account/Centers
Submitted for City Manager's Office by:
Originating Department Head:
Additional Information Contact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A. Douglas Rademaker {6157)
Eric Bundy (7598)
HEAVY & IDGHW A Y CONSTRUCTION
PREY AILING WAGE RATES 2008
Air Tool Ooerator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Ooerator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
Flae:e:er
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Ooerator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Roue:h
... QiJer
Painter, Structures
Pavement Marking Machine Operator
Pipelayer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Ooerator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveline: Mixer Ooerator
Truck Driver, Lowboy-Float
Truck Driver Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wa2:on Drill, Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10 .06
$13.99
$12.78
$11.01
$ 8.80
$14.15
$ 9.88
$13.22
$12.80
$12.85
$13.27
$12 .00
$)3.63
$12.50
$13.56
$14.50
$10.61
$14.12
$18.12
$ 8.43
$] I.63
$11.83
$13.67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$11.83
$11.58
$15.20
$14.50
$14.98
$13.17
$10.04
$11.04
$14.86
$16.29
$11.07
$10.92
$11.28
$11.42
$12.32
$12.33
$10.92
$12.60
$12.91
$12.03
$14.93
$] 1.47
$10.91
$11.75
$12.08
$14.00
$13.57
$10.09
· Classification
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Mechanic
Brlcklaver/Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Heloer
Electrician (Journeyman)
Electrician Helper
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Heloer
Glazier
Glazier Heloer
Insulator
Insulator Helper
Laborer Common
Laborer Skilled
Lather
Painter
Painter Helper
Plpefltter
Plpefitter Helper
Plasterer
Plasterer Heloer
2008 PREVAILING WAGE RATES
CONSTRUCTION INDUSTRY
I "''' Rat, Classification
$21.69 Plumber
$12.00 Plumber Helper
$15.24 Reinforcing Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$16.23 Sheet Metal Worker
$11.91 Sheet Metal Worker Helper
$13.49 Sorinkler System Installer
$13.12 Sorinkler Svstem Installer Helper
$14.62 Steel Worker Structural
$10.91 Concrete Pumo
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14.43 Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20.00
$13.00
$18.00
$13.00
$14.78
$11.25
$10.27
$13.18
$16.10
$14.83
$8.00
$18.85
$12.83
$17.25
$12.25
·.
Hrly Rate
$20.43
$14.90
$10.00
$14.00
$10.00
$16.96
$12.31
$18.00
$9.00
$17.43
$20.50
$17.76
$12.63
$10.50
$14. 91
$16.06
$9.75
Compliance with and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates. The contractor shall comply with all
requirements of Chapter 2258, Texas Government Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents.
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents.
This penalty shall be retained by the City to offset its administrative costs,
pursuant to Texas Government Code 2258.023.
( c) Complaints of Violations and City Determination of Good Cause. On receipt of
information, including a complaint by a worker, concerning an alleged violation
of2258.023, Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determination that there is good cause to believe the contractor or
subcontractor has violated Chapter 2258, the City shall retain the full amounts
claimed by the claimant or 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 to this inspection.
(f) Pay Estimates. With each partial payment estimate or payroll period, whichever
is less, the contractor shall submit an affidavit stating that the contractor has
complied with the requirements of Chapter 2258, Texas Government Code.
(g) Posting of Wage Rates. The contractor shall post the prevailing wage rates in a
conspicuous place at the site of the project at all times.
(h) Subcontractor Compliance. The contractor shall include in its subcontracts
and/or shall otherwise require all of its subcontractors to comply with paragraphs
(a) through (g) above.
SECTION 6 -CONTRACTS, BONDS AND INSURANCE
6.1 Cert ificate of Insurance
6.2 Contractor Compliance with Workers ' Compensation Law
6.3 Conflict of Interest Questionnaire
6.4 Performance Bond
6.5 Payment Bond
6.6 Maintenance Bond
6. 7 City of Fort Worth Contract
.
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406.96 (2000), as amended , Contractor certifies that
it provides workers ' compensation insurance coverage for all of its employees employed
on City of Fort Worth Project No . Cl I Q 2 3 .
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
Title : ~::rj)EA/T:
Date : 9 -d -~o//
~ Before l e, the undersigned authority , on this day personally appeared
~L/2, , known to me to be the person whose name is subscribed to the
regoin~ent , and acknowledged to me that he executed the same as the act
and deed of '/[.5/(Je/'/'C for the purposes and
' consideration therein expressed and in the capacity therein stated .
,,,,,111111111,,,,,~ ..-:
G iven Under My Hand and Se~~'h'1 ~Jtl~~ day of _%ff , 20 // ff _./~OTAR)-~
~ :· ··. ~
: : ~ = • en. l \ f.1-;~~ ~o. tic,iiypulicin andfor the State of ~ • ~"Tnt•$ • ~ ~ ··'°IP 'C""' •To.~s ~ ~_,,·.~ES •• • '::.<1""
~.l.v .. _.!l,,••••••• ~
'/l/1, '-Uf4 \\\\'I. ~,,,,,, """'''''
Bond No. SSB0413551
PERFORMANCE BOND
THE ST ATE OF TEXAS §
KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
RLI Insurance
That we (1) RKM Utility Services, Inc. as Principal herein, and (2) Company , a
corporation organized under the laws of the State of (3) Illinois 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:
Seven Hundred Forty-one Thousand Two Hundred Sixty-nine and no/100 .............................................. ..
($741,269.00) Dollars for the payment of which 'sum we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, finnly by these presents.
WHEREAS, Principal has entered into a certain contract with the Obligee dated the 9th of August
2011 a copy of which is attached hereto and made a part hereof, for the construction of:
Summercrest Drainage Improvements (Council District 3)
NOW THEREFORE, the condition of this obligation is such, if the said Principle shall faithfully perform
the work in accordance with the plans, specifications, and contract documents and shall fully indemnify and hold
harmless the Obligee from all costs and damages which Obligee may suffer by reason of Principal's default, and
reimburse and repay Obligee for all outlay and expense that Obligee may incur in making good such default, then
this obligation shall be void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code,. as amended, and all liabilities on this bond shall be determined in accordance with the provisions of such
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this 10tl@f August , 2011.
ATTEST:
(Principal) Secretary
(SEAL)
r Af ~Al 1/Jt ;:( Address ....... A.Ti'l!St: '/
N/A
·-(Surety) Secretary .......... -.. ~-.
~ --.-,,,._
.... ,.--
~ --_ .. -... . ....
, .. y ..... -.,,.· _ ... ----
Ste.
uintero
Title:_,_LY.,._,e.uLL,cL.4!~J----------
1544 Valwood Parkway, Suite 100
Carrollton, TX 75006
RLI
BY:--""''-S---'-""'=-'-~-=-~-=------:::7""""~"<::-=-
(Attorney-in-fact) (5) Shelli
9025 N. Lindbergh Drive
Peoria, IL 61615
309-692-1000
(Address)
NOTE: Date of Bond must not be
prior to date of Contract
(1)
(2)
(3)
Correct Name of 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
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract.
OKC, OK 73102 ----------------
THE STATE OF TEXAS
COUNTY OF, TARRANT
§
§
§
PAYMENT BOND
KNOW ALL BY THESE PRESENTS:
That we, (1) RKM Utility Services, Inc., as Principal herein, and (2) RLI Insurance Company
--~ a corporation organized and existing under the Jaws of the State of(3) Illinois 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 Seven Hundred Forty-one Thousand Two Hundred Sixty-nine and
no/100 ......... -..................................... Dollars ($741,269.00) 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:
WHEREAS, the Principal has entered into a certain written contract with the Obligee dated the 9 t hday of
August , 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 foJlowing project:
Summercrest Drainage Improvements (Council District 3)
NOW, THEREFORE, THE CONDITION OF TIDS 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 th.is 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 w ith the provisions of said
statute, to the same extent as if it were copied at length herein.
IN WITNESS WHEREOF, the duly authorized representatives of the Principal and the Surety have
executed this instrument
SIG-NEDandSEALEDthis lO~Jaayof, August 2011 .
(SE AL)
Suite 100
Address: 1544 Valwood Parkway,
Carrollton, TX 75006
Witness as to Principal
NOTE : (1)
(2)
(3)
Name: Shelli R. Samsel
Attorney in Fact
Address: 90 2 5 N. Lindber g h Drive
Peoria , IL 61615
Telephone Number: 309-692-1000
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In add it ion , 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.
MAINTENANCE BOND
TIIB STA TE OF TEXAS §
· COUNTY OF TARRANT §
That RKM Utility Services, Inc. ("Contractor"), as principal, and RLI Insurance Company
__ _,, a corporation organized under the laws of the State of Illinois , ("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 Seven Hundred Forty-one Thousand Two Hundred Sixty-nine and
no/100 ......................... : .............................. : ............................................................................... Dollars
($741,269.00}, 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 condit ioned, however, that:
WHEREAS , said Contractor has this day entered into a written Contract with the City of Fort
Worth , dated the 9th of August 2011, a copy of which is hereto attached and made a part
hereof, for the performance of the following described public improvements:
Summercrest Drainage Improvements {Council District 3)
the same being referred to herein and in said contract as the Work and being designated as project
number(s) P227-541200-20328012383 and said contract , including all of the specifications, cond itions,
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 Cpntractor 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 Eng ineering, it be necessary; and,
WHEREAS, said Contractor binds itself, upon · receiving notice of the need therefore to
repair or reconstruct said Work as here in 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
shall be deemed an original, this lOtltiay of August , A.D.2011.
~~
Secretary
. -ATT--EST: __..
(S-E A l )
\::--~~~17?~·
o. --~~~if w:r~ness
.... __ .., .... ! ..
RLI Insurance Compan y
Surety
Bic fku"!?/~
Name: Shelli R .• Samse~
Tille: Attorne y -in-Fact
9025 N. Lindber gh Drive, Pe oria , IL 61615
309-692-1000
Address
RLI ~ RLI Surety
P.O. Box 3967 I Peoria, [L 61612-396 7
Phone : (800)645-2402 I Fax : (309)689-2036
www .rlicorp.com
Know All Men by These Presents :
POWER OF ATTORNEY
RLI Insurance Company
That this Power of Attorney is not valid or in effect unless attached to the bond which it authorizes executed, but may be detached by the
approving officer if desired.
That RLI Insurance Company, a(n) Illinois corporation, does hereby make, constitute and appoint:
Dwight A. Pilgrim. E . Gayle Harris Shelli R. Samsel. Colleen P. Quintero. jointly or severally.
in the City of Oklahoma City , State of Oklahoma its true and lawful Agent and Attorney in Fact, with full
power and authority hereby conferred, to sign, execute, acknowledge and deliver for and on its behalf as Surety, the following described
bond.
Any and all bonds, undertakings, and recognizances in an amount not to exceed Ten Million Dollars ($10,000,000) for
any single obligation.
The acknowledgment and execution of such bond by the said Attorney in Fact shall be as binding upon this Company as if such bond had
been executed and acknowledged by the regularly elected officers of this Company.
The RLI Insurance Company further certifies that the following is a true and exact copy of the Resolution adopted by the Board of
Directors ofRLI Insurance Company , and now in force to-wit:
"All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in the corporate
name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President, or by such other
officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the
Treasurer may appoint Attorneys in Fact or Agents who shall have authority to issue bonds, policies or undertakings in the
name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of
Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by
facsimile."
IN WITNESS WHEREOF, the RLI Insurance Company has caused these presents to be executed by its Vice President with its
corporate seal affixed this 21st day of April 2011
State of Illinois
County of Peoria
} ss
\,,,11111111,,,
!\,,,'~CE <f.'1,,,.
,,,,~'\l ••·•••·· o~,,,
!~ •• -·· ·· .. ~\
::;;:! : cPl'PO~r~ •.lj:._ g ..... : -•-: ;.c,E
~ \ SEAL f J
\ ••••• • ..... ,:.!
"!,,. ••••••• ,, ,,,,,f, l..1., I N O \ ~,,,,,,
,,,,,,,11111••'
On this _l!L day of April • 2011 , before me, a Notary Public,
personally appeared Roy C. Die , who being by me duly sworn,
acknowledged that he signed the above Power of Attorney as the aforesaid
officer of the RLI Insurance Company and acknowledged said instrument
to be the voluntary act and deed of said corporation.
Notary Public
RLI Insurance Company
RoyC. Die Vic e Pr~-ii';j'~-_t
CERTIFICATE
I, the undersigned officer of RLI Insurance Company, a stock
corporation of the State of Illinois , do hereby certify that the attached
Power of Attorney is in full force and effect and is irrevocable ; and
furthermore , that the Resolution of the Company as set forth in the
Power of Attorney , is now in force . In testimony whereof, I have
hereunto set my hand and the seal of the RLI Insurance Company
this 10th ,day of August . 2011.
RLI Insurance Company
Vice President
3545304030110 A0059411
THE STATE OF TEXAS
CITY OF FORT WORTH, TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
COUNTY OF TARRANT
AUG O 9 2011
This Contract made and entered into this the __ day of A.O., 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 dul y authorized Assistant City Manager,
("Owner"), and RKM Utility Services, Inc., ("Contractor"). Owner and Contractor may be referred to
herein individually as a '.'Party" or collectively as the "Parties ."
WITNESS ETH: That said parties have agreed as follows:
1.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions e x pressed 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 :
Summercrest Drainage Improvements (Council District 3)
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 hereb y agrees and binds himself to commence the construction of said work
within ten (I 0) day s 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 180 calendar days .
If the Contractor should fail to complete the work as set forth in the Plans and
Documents within the time so stipulated, plus any additional time allowed s
Conditions, there shall be deducted from any monies due or which may ther e
sum of $315 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 ex cess cost.
6
Contractor covenants and agrees to indemnify City 's engineer and architect, and their personnel at the
project site for Contractor's sole negligence . In addition , Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss , property damage, personal injury, including death ,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents , employees , subcontractors, licensees or invitees, whether or not any such iniury,
damage or death is caused, in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants, or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers , servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such 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
w ork 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 Texas Government Code, as amended .
A. If the total contract price is $25 ,000 or less, payment to the contractor shall be made in
one lump sum. Payment shall not be made for a period of 45 calendar da s fro te-the-w rk has
been completed and accepted by the Owner. OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the
amount of the Contract, solely for the protection of 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 Seven Hundred Forty-one Thousand Two Hundred Sixty-nine and
no/100 ....................................................................................................................... Dollars, ($741,269.00).
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.
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached . The Contractor has executed this instrument through its
duly authorized officers in~ counterparts with its corporate seal attached.
AUG O 9 2011
Done in Fort Worth, Texas, this the __ day of A.O., 20!L
APPROVAL RECOMMENDED:
l.J .J <
irector
Transportation Public Works
ATTEST:
RKM Utility Services, Inc.
1544 Valwood Parkway, Suite 100
Carrollton, TX 75006
CONTRACTOR
I ----
RKM Utility Services, Inc.
1544 Valwood Parkway, Ste. 100
Carrollton, Texas 75006
ADDRESS
November 1960
Revised May 1986
Revised September 1992
CITY OF FORT WORTH
FERNANDO COSTA, ASST CITY MANAGER
CITY SECRETARY
(SE AL)
t1A {--( C ~ '2, )' D q '-f
g. q. l \
APPROVED AS TO FORM AND
LEGALITY:
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
SECTION 7 -PERMITS
NO PERMITS REQUIRED
SECTION 8 -EASEMENTS
Parcel 1 4301 Briarhaven Road
City of Fort Worth anticipates finalizing easement acquisition prior to Notice to
Proceed.
STORM WATER UTILITY PROJECT -MISCELLANEOUS STORM DRAIN IMPROVEMl:NTS
CITY PROJECT No. 01023
Parcel# 1
Doe#'6000
430t 'BRIARHAVEN RD.
LOT 1, BLO'CK 82·A~ WESTCLIF.F
STATE OF TEXAS §
§ KNOW ALL MEN BY THESE PRESENTS
COUNTY OF TARRANT §
.CITY OF FORT WORTH
PERMANENT ·DRAiNAGE FACILITY'EASEMENT (Pipe)
. ANDTEMPORARY CONSTRUCTION EASEMENT .
DATE: 9~30~09
,~ICHARD N.ABRAMS.
GRANt6FfS tvlAILIN~ ADDRESS: 4301 BRIARHAVEN RD.
FORT W()RTH; TARRANT COlJNTY, TX 76109-460~
GRANTEE: CITY (:>°F FORT WORTH
GRANTE~'S MAILINGAbCiRESS: 1QQO THROCKMORTON st.
FORT W'ORTH,:TARRANT COUNTY, TX7(>102.
CONSIDERATION: Teri Qollars ($10.00) and other good and valuable consideration, the
receipt c1nd sufficiency of which 1$ her!;!by acknowledged.
PROPERTY: Being a portion of Lot 1, Block 82-A, Westcliff, Fort Worth, Tarrant County,
Texas, as recorded In Volume 388-60, Page 51, Plat Records, Tarrant
County, Texas; and being more particular.ly described in Exhibit "A".
Page 1 of 7
STORM WATER UTILITY DRAINAGE PROJECT -SUMMERCREST
DRIVE DRAINAGE IMPROVEMENTS .
· Granter, for the consideration paid to Granter and other good and valuable consideration,
hereby grants, sells, and conveys to Grantee, Its successors and assigns, an exclusive,
perpetual easement for the construction, operation, maintenance, replacement, upgrade, and
repair of a . Permanent Drainage Facility, hereafter referred to as "Facility". The Facility includes
all incidental underground arid aboveground attachments, equipment and appurtenances,
Including, bl.it not limited to manholes, pipelines, Junction boxes, Inlets, flumes, headwalls,
wingwalls, slope pavement, gabions, rock rip-rap and other erosion control measures In., upon,
Linder arid across a portion of the Property and more fully described in Exhibits "A" and "B",
attached hereto and incorporated h.erein for all pertinent purposes, together with the right and
privilege at any and all times to enter Property, or any part thereof, for the purpose of
constructing, operating, maintaining, replacing, upgrading, and repairing said Facility; and a
ternporary cohstructicin easement, as <:Jescribed in E.xhibits ''C" and "D", attached hereto and
made a part hereof, to us.e in connection with the construction of said Facility, said. temporary
cor'l$trµc;tion easement to expire upon completion of construction and acceptance by Grantee of
said Facility.
in ho evem shall Grantor (I) use the Property In any manner which interferes in any material way
or is inconsistent with the rights granted hereunder, or (II) erect or permit to be erected within
the easement property a permanent structure cir building, including, but not limited to,
mortument sign, 'poie sign, billboard, brick or masonry fen'Ces .or walls or other striictures that
requke a bull.ding : permit, or any structure not requiring a building permit but which may threaten
the st_rtJcturaLintegrity qr capacity of the storm draii1 and its ap·purtenances. However, Granter
sh,all b.e per:m1tteld to install a.nd maint~in driveways and parking lots. across the easement.
Grant§l'e shall be obligat~d to restore· the surface of the Pr'<>perty at Grantee's sole cost and
expense, including the restoration of any sidewalks, driveways, or similar surface improvements
located upon or adjac~nt to the Easement which may have peen removed, relocated, altered,
damag(*f, or destroyed as a result of the Grantee's use of the easement granted hereunder
provid-eci, however, that Grantee shall not 'b'e obligated to restore or replace irrigation systems or
otl)er Improvements installed in violation of the ptovi siohs arici Intended use of this Easement.
TO HAVE AND ro HOLD the a9ove-described, pennanent easernent, together with all and
sing~iar the rights and appurtenances thereto in anyway belonging unto Grantee, and Grantee's.
successors and assigns forever; and Granter does hereby bind itself and its successor and
~sslgns to. warrant and f9rever defend all and singular the easement I.into Grantee, its
successor and assigns, against every person whomsoever lawfully claiming or to claim the
same, or any part thereof.
TO HAVE AND TO HOLb ttie above described temporary constructio_n easement, together with,
all and singular, the rights and appurtenances thereto in anyway belonging unto ~rantee, and
Grantee's successors and assigns until the completion of construction and acceptance by
Grantee. Granter hereby bind themselves, their heirs, successors, c:1nd assigns, to warrant and
defend, all and singular, said easement unto Grantee, Its successors and assigns, against every
person whom so.ever lawfully claiming or to claim the same, or any part thl:lreof.
When the context requires, singular nouns and pronouns include the plural.
[SIGNATURES APPEAR ON THE FOLLOWING PAGE}
STORM WATER UTILITY DRAINAGE PROJECT -SUMMERCREST
ORIVE DRAINAGE IMPROVEMENTS
Page 2 of 7
GRANTOR:
RICHARD N. ABRAMS
GRANTEE: City of Fort Worth
Fernando Costa
Assistant City Mah ager
APPROVED AS TO FORM AND LEGALITY
Assistant City Attorhey
ACKNOWLEDGEMENT
ST /\TE OF TEXAS §
COUNTY OFTARRANr §
Bl3F08E: ME, th .~ unpersigned authority ; .a Notary Public in and for the State of Texas;
on ttlis day p~r~pn~.Uy .aP~ared . , l<naw.n t9 me to be· the ~c:1rne. person. vvhos.e name Is subscribed to the foregoing Instrument, anci acknowledged jo me
that the sc:lrne ""a~ t6~. aqt of ano tha.t he(~he e*(',lcuted.
the same 1:1s the agt of S!:!id .. . for the purposes
and consideration ther~i.n expressed anp in the capaci tyttierein stated.
GIVEN UNDER MY HAND AND Sl;AL OF OFFICE this~--day of
---------"''20_ .. -·
Notary Public In and for the State of Texas
STORM WATER UTILITY DRAINAGE PROJECT -SUMMERCREST
DRIVE DRAINAGE IMPROVEM~Nrs
Page 3 of 7
ACKNOWLEDGEMENT
STATEOF TEXAS · §
COUNTY OF TARRANT §
BEFORE ME, the undersigned authority,, a Notary Public iri ari'd for the State of
Texas; on this . day personally appeared Fernando Costa, Assis tant City Manager of the City cif
Port : Wqrth, known to me to be the same person whose riame is subscribed to the foregoing
in~trument, and acknowledged · . .to me that the .. saine was the act of the City of Fa.rt Worth and
that he/she executed the same as the act of the City of Fort Worth for the purposes Md
<::onslderation therein expressed and in the capacity therein stated.
GIVEN UNDER MY HAND AND SEAL OF OFFICE this~-~ day of
---------· 2Q_.
Notary Publiclri' e,nd.forthe State of Texas
Page4 of 7
STORM WATER UTILITY DRAINAGE PROJECT -SUMMERCREST
DRIVE o·RAiNAGE IMPROVEMENTS . . .
EXHIBIT II A"
Being ·;:i 15 feet wjde permanent drainage faciUty easem~nt slt.uated In Lot 1, Block 82-A , Westcliff,
being an addition to the City of Fort Worth , Tarrant. County, Texas,, accoi·ding to the plat ther eof
recorded in Volume 388-60, Page 51 , Plat Records, Tarrant Coun ty, Texas (P,R.T.C.T.), and being
a portion of that same tract. of land conveyed to RICHARD N. ASRAMS, by deed as recorde.d in
T.C.CJ ;No . .0207343546, Deed Reco rds, Tarrant County, Tex.as (D.R.T .C .T.}, said easement being
herein more .particularly descri be.d by rnetes and bounds as follows : ·
Begirmlng at a point on the southeast property line of the said Lo t 1, said point being on the west
right-of-way line of an ex isting 60. feet wide utility and drainage rlght-of0way, i=!S ~hewn on sa ic;I
Westcli ff, said point also be ing .I odated South 34°00'00" W~s t a d istance of 20,0ci feet from the east
pr.operty corner of the saio Lot 1.: . .
THENCE North 56°00'00'' West a distance of 101 .33 feet to a point at the beginn ing of a curve to the
left hav ing a radius of 318.85 feet;
THENCE . In . a Westerly · direction, along the said curve :through an arc length of 273.45 fee.t and
across a chqrd bearing North 80"34'07'; West.a distance e>f 265.14 ,feet to a point on a west property
line 9f the sa jd Lot 1, said point .being on the east right0 of~way lin e of B(i arhaven R'oad, belrig a
variable width right0 of-way ; said point also being at the beginning of a curve to the left having a
radius of6o :oo feet:
TH ,EN~E in a Norther.ly dlrec;tlor:i, aJong ttw said west property ilne, alon~ the said east right-of-way
line ofBriarhaven Road ·, and along the said curve thro.ugh .ari arc length of 15 i04 tee r.and a~;ross a
chord ' bearing Nor.th 15°34'49" West a'dlstance of 15,00 feet to a pofrit on th~ soQtherly edg~ of an
existing o f¢et wide easement for undergrouctd utilities arid sidewalk , sai.d point being located $oqth
25°f1!09" East a distance of5.08 feet from a northwest prope~y corner of ihe said Lot 1, sa id po inf
being at the beg inning of a curve to the right having a radius of 333.85 feet;
THENCE in a Easterly direction, along the said southerly ex isting easement edge and along the sa id
curve through an arc length of 286A3 feet and across a cho rd beari ng South 80°34'42" East a
dlstanc;e ,of277.72 feet to a point;
THl:NCE South 56°00'00" East, continuing along the. said southerly existing easement edge, a
di.sfance .of tq1 ,33 feet to a pointo n .thEl, sa id SQUthea~t pr6pe dy,1in'e bf Lot 1,.sald point being on the
sa id west right-of.,way line cif tqe ¢xistirig 60Jeet wide lltilltY.and dra il)age righkif~way, said point
also be ing located South 34°00'00" We$! a dist;:ince of 5.00 feet from the said east property corner
of L.ot 1;
THENCE South 34°00'00" West, ~long the sa id southeast property .line and along the said west
right-of-way line, a distance of 15,00 feet to the to the Po int of Beginning
containing 0.131 acres (5,714.3 Sq. Ft.) of land more or less.
--~.4'..i.:~,-~ 10 .. 2'?-04 4 ·""' OF ~-~--., /i-'\ t . . . .,. ~-\'. I \'-.. ·i),5lr~/'+ ~ ..
V/~···4"-* ¢ ·-,:\}\ \ .. · ................. ' .. : ... ,,
/~ ERIC SHAUN SPOONER>.) ~\\l··<·-:.:;····:··2:(~~:.~··l
~ . • I' ()'"·" ..,. ( \ .·-.~s .. ·· ..i..O .. i
. D .!,:"~·-'
STORM ATERUTILITY DRAINAGE PROJECT -~UMMERCREST
DRIVE DRAINAGE IMPROVEMENTS
Page 5 of 7
EXHIBIT "B"
Being a .20 feet wide temporary construction easement situated in Lot 1, Block 8:2-A, Westcliff, being
ari addition to the City · of Fort Worth, Tarrant County, Texas, according .to the plat ttiereof recorded in
Volume 388-eO, Page 51, Plat Records, Tarr~mt County, Te><cas {P.R.tC ;T,), ari<:l being a portlor:i of
that ganie tract of land .c<:mveyeq to R!GHARO N, ABRAMS, by deed as recorded in T,C,C.I.No.
0207343546, Deed Records, Tarrant Co1,mty, Texas (D.R.T.C.i.), said :easement being herein more
particularly described by metes and bounds as follows:
Beginning at a point ori the souiheasl property line of the said Lot 1, said point being on the west
right-of-way line of an existing 60 feet wide utility and drainage rlght~oP..vay; as sh.own on said
Westcllff, said point also being located South 34°00'00" West a: dis.lance of 2Q .'OO feet from the 13ast
property corner of the said Lot 1;
THENCE South 34°00'00" West, along the said southwest property line and along ttle sai<:l west
right-of-way nn·e, a distance of 20.00 feet to a .point;
TH~NCE North 56°00'00" West a distance of1b1 .33 feet lo a point .at the. beginning ofa curve to the
left having a radius of 298.85 feet:
THfNCE in ~ Westedy dlrec:tiori, ~long the saiq cul"i~ through ~n arc length oJ g62.35 feet a:nd
acrqss a cliorcl b~aring Nor.th 81°08'56''WE3sla distance. of 254.01 feet to a point on a west property
11/:le q[ the salc! Lpt 1, said poln't being on .ihe east rlght-of~way line of Brfarhaven Road, Ming a
variable width right-of~way, said point also being at the beginning of a curve to the left .having a
radius of 60:0o feet
THENCE 1ri a Northerly direction, aiong the saicl v,.,est property Hne, along the said easi right~of~way
Urie of Brlarhaven ,Road., and along the said curve 'through an . arc length of 21:06 feet and ,acroas a
chord bearing North 01°39'27" East a distance of20.96 feet to a poirit, said point also being at the
beginning of a curve to the right having a radius of 318.85 feet;
THENCE i.n an Ei!isteirly direction, along . th.e said curve through an arc length of 273.45 feet and
across a chord bearing South 80°34'07'; East a distance of 265.14 feet to a point;
THENCE South 56°00'00" East a distance of 101.33 feet to a point to the Point of Beginning
containing 0.,169 acres (7,371~6 $q. Ft.) o.f land more or less.
STORM WATER UTILITY DRAINAGE PROJECT -SUMMERCREST
DRIVE DRAINAGE IMPROVEMENTS
Page 6 of 7
LOT 6 -R, BLJ<. a2~A I I I 0 50' 100·
1" = 50'
"'
LOT 3-R-1, BLK 82'--A
WESTCUFF ADDITION
EXHIBIT "8"
20' FEET WID£ TEMPORARY LOT 1 •. BLOCK 82,_A
W£STCL1FF 1 CONSTRi1CTiON EASEMENT . .,. /\ 0.l69 ACRES (7,371.6 SQ. FT.).
-~ \_RIGHT-OF-:-WAY LINE:
VOL 388;.;..60, PG. 51 · p;;ft~.tc.r. ·
BRIARHAVEN ROAD
. VARIABLE WJJ)TH ·'.R.O~lf.
NUMBER C1 C2
DtLTA ANGLE 49108'1.J" 14·21'43"
RAQIUS 31Ef85 60;00
ARC LENGTH 273.45 15 .04
CHORD DIRECTION Nao·.34•07·w N15"34'49'W
CHORD LENGTH 265.14 15;()0.
RICHARD N~ ~BRAMS
T .C.C./ No. D207343546 . b.R:i.6.r.
CJ C4 ·•·cs
49'09 '.25 1' 50'17'52" 20'05'50 "
333,85 .298.85 60:oo
286.43 :26;{j5 · 21.06
.$80'34' 42 "E. •· N81"Q8 '56''W . N01'3.9 '27"£.
27Z72a '25{.01 ·20.90 .
· NOTf: TH£. BASIS OF [J~ARJNGS FOR 1H1S. SURVEY IS .ESTABLISHED F.RQM PLAT BEARl/-:IGS AS SHOWN ON LOT 1, BLOCK 82-A, W£STCL1FF'. AN
ADDITION TO THE CITY OF FORT WORTH, TARRANT COUNTY, .7EXAS RF;(:OROED IN VOLUME 388-6(), PAGE: ·51 ; p;R. T.C. T.
ST0].10 WATER UTILITY DRAINAGE PROJECT-SUMMERCREST DRIVRDRAJNAGE IMPllOVEMENTS
· P~CEL. NO. 1 ..
Sf,JBDIVISION: J~IOGLEA,. B~OCK 67 . .
LOCATION: CITY OF FORT WORlH, TARRANT COUNiY, TEXAS
WHOLE PROPERlY ACREAGE: CALC 1·,545 ' ACRES BY PLAT
S&A .JOB NO.: 09-'-1158 . ·oRAVwN 'BY:· J.W.C.
DA1E~ 9-30-09 · µHECl<ED ·av: E:s:s.
CITY PROJECT NO ~: 01:GZ3 ,.., o.oi:. 6000
PERMANENT DRAINAGE FACILITY EASl;MENT
42
534·00 ·00-w
15.00'
P.O.R
EXHIB/Ts
''A"&"B"
SECTION 9 -REPORTS
9.1 Geotechnical Investigation
·~ .....
July 21, 201 O
Mr. Curtis Caldwell
Dannenbaum Engineering Co.
6421 Camp Bowie Blvd., Suite 400
Fort Worth, Texas 76116
Re: Geotechnical Investigation
Drainage Improvements
Summercrest Drive
Fort Worth, Texas
Project No. E09-1013-02
Mr. Caldwell:
MAS-TEK Engineering
& Associates, Inc.
email: Curtis.Caldwell@dannenbaum.com
Phn: 817-763-8883
Please find enclosed our report summanzmg 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 and in a cost effective manner.
For your future geotechnical investigations, construction materials testing and related quality
control requirements, it is recommended that the work be performed by Mas-Tek Engineering &
Associates in order to maintain continuity of inspection and testing services for the project under
the direction of the geotechnical 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 (972) 709-7384.
Sincerely,
MAS-TEK ENGINEERING & ASSOCIATES
M~TEKeu ....... --...~ ·. .. .·· ... ~~•Assocum:s
UL~ F-1418 .
TABLE OF CONTENTS
PAGE
1.0 INTRODUCTION---·-------,----. --,---· -·. -------.... ·----------------------------------1
1.1 PROJECT REQUIREMENTS-.,..---. ------------------.. ---.---------------------1
1.2 PURPOSE AND SCOPE.--.---.. -. ---"·--------------------. ------------....,-... 1
2.0 FIELD INVESTIGA Tl ON---------------:---.;.:..:...;. .. ____ --------.,..--"'.'---. . . ---.,...,...,. .... .,..,. • ..,. . ...,.,. ... 1
3.0 LABO RA TORY TESTING -"------..; ______ ,_..,. _____ ,.. .. .,.:o._.;.; ___ :..:.;;;__··. ..:..::.. ____ ..:.;.._· -:--.-------1
4.0 SITE AND SUBSURFACE CONDITIONS----------------------:..:.; .. ____ ...;.;.....; ............... ___ ::._.:..:..::.._2
4.1 GENERAL SITE CONDITIONS ----------·-'----·--------'·'"----··-"'-------------------------2
4.2 SITE GEOLOGY ------------------------· · ------------2
4.3 SUBSURFACE CONDITIONS---------------------------.. -------------------2
4.4 GROUNDWATER CONDITIONS -------------------------------,. .. ------.-------.-----.. 2
5.0 ANALYSES AND RECOMMENDATIONS-----........ .; .......... ..;..,...,,_,, .... .,. ...... --'-',-..--.,..-----.. -.:3
5.1 SOIL MOVEMENT-.....;...;;; ....... _.;.. __ ._.:;.._..; ...... ""'"'"'..;.:.;:.., • ..;...;..;._...;..;;."~---:-"·---..,.-'------,:-'3
6.0 EARTHWORK GUIDELINES---"'---------·"'·""'·---'---------..;.-· .... ;....;_· ··.....;.-·.;·..:..::...;.;. .. ...;...;.;;;....a
6.1 UTILITY TRENCH EXCAVATION AND BACKFILL ------------------------------3
6.1.1 EXCAVATION CONSIDERA TIONS---------------------------··"'-·""-----"'-4
6.1.2 OPEN CUTS---------------------... ---.. ----------.. --. --------·-. ---------·-4
6.1.3 TRENCH BRACING/BORE PIT SHORING-----,.--,.,,.---.---, .. ----~----.,.-.-4
6.1.4 DEWATERING -------------------· -·-· · .,,,. •. -. ---·. ---.. "'.'·-·•·':'-.-,-,.-----.. -....... 5
6.1.5 PROTECTION OF EXISTING UTILITIES---------------"""-·"'-'--.,.....;.,.,.. ... 5
.!J~L,.·
6.1.6 PAVEMENT PATCHING--------..; .. ~---· ; . .-..;..· ___ .. ;..;. .... .;..,. .... _ .. .; ___ .. .:.....---'--5
6.2 MOISTURE CONDITIONING PRIOR TO COMPACTION-------------------6
6.3 QUALITY ASSURANCE REQUIREMENTS--------------"'--------'"""'--· --'--'--6
7.0 FIELD SUPERVISION AND DENSITY TESTING .,.,.. .. .,.-....................... --.... ., .. -----------------6
8.0 LIMITATIONS-----. ---. . --.---. .-.--------.-------------------. --------7
ILLUSTRATIONS
FIGURE
PLAN OF BORINGS -..;,.--~-..,..----°'.'.'"-·· ---.,.. ......... ..,...,..,. ...... ____ ,...---.----.----------.,-------------1 a-1 d
LOGS OF BORINGS --------------------, -----------------------. --2 -8
RECOMMENDED TEMPORARY SLOPE RATIOS (per OSHA)-----------------------------9
DES I GN OF TRENCH BRACING-"'----------"·"'·---------'"-'----------..;.----'"'"·--------"'~-----1 0
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
' I
_:J
;!
l)
I! q
GEOTECHNICAL INVESTIGATION
SUMMERCREST DRIVE
FORT WORTH 7 TEXAS
1.0 INTRODUCTION
1.1 PROJECT REQUIREMENTS
Storm drainage improvements will include installation of storm drain pipe beneath sections
of Summercrest Drive and Briarhaven. A box culvert and headwall will be constructed on
private property between Briarhaven and an existing concrete lined channel outfall.
1.2 PURPOSE AND SCOPE
The purposes of this geotechnical investigation were to: 1) explore the subsurface
conditions at the site, 2) evaluate the pertinent engineering properties of the subsurface
materials, 3) provide recommendations for trench shoring and backfilling.
2.0 FIELD INVESTIGATION
The field investigation consisted of drilling a total of 6 sample borings along the proposed
pipeline alignment. The borings were located at the approximate locations shown on the
Plan of Borings (Figure 1a thru 1d).
Undisturbed samples of cohesive soils were obtained at intermittent intervals with standard,
thin-walled, seamless tube samplers. These samples were extruded in the field, logged,
sealed, and packaged to protect them from disturbance and maintain their in-situ moisture
content during transportation to our laboratory. The rock was evaluated by cone penetration
tests.
3.0 LABORATORY TESTING
Laboratory tests were performed on representative samples of the soil to aid in classification
of the soil materials. These tests included Atterberg limits tests, moisture content tests, and
dry unit weight determinations. Hand penetrometer tests and unconfined compression tests
were performed on selected samples of the cohesive soils to provide indications of the swell
potential and the foundation bearing properties of the subsurface strata. The results of our
testing program are presented on the Logs of Borings.
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
PAGE 1
4.0 SITE AND SUBSURFACE CONDITIONS
4.1 GENERAL SITE CONDITIONS
Storm drainage improvements will include installation of storm drain pipe beneath sections
of Summercrest Drive and Briarhaven. A box culvert and headwall will be constructed on
private property between Briarhaven and an existing concrete lined channel outfall.
4.2 SITE GEOLOGY
As shown on the Tarrant sheet of the Geologic Atlas of Texas, the site is located in an area
underlain by the Ft. Worth Limestone and the Duck Creek Formations. The formations
contain primarily hard limestone, shale and clay layers .
The upper layers of the formation at this site contain highly variable and random units. In
some areas, shallow clay soils are underlain by predominant limestone. In other areas, the
shallow limestone formation contains thick expansive clay layers and shale layers. In other
areas, deep expansive clay with occasional limestone layers is present.
The weathered and unweathered rock consists of hard to very hard limestone . Gray
unweathered rock was typically encountered at depths ranging from 11' to 14' and is
generally overlain by hard to very hard tan weathered limestone and clay layers as indicated
on the boring logs.
4.3 SUBSURFACE CONDITIONS
Subsurface conditions encountered in the borings, including descriptions of the various
strata and their depths and thickness, are presented on the Logs of Borings. Note that
depth on all boring logs 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.
4.4 GROUNDWATER CONDITIONS
The borings were advanced using air-rotary drilling methods. Advancement of the borings
using these methods allows observation of the initial zones of seepage. The borings were
dry upon drilling completion.
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
PAGE2
.
Groundwater seepage should be anticipated within the overburden soils and within the
fractured weathered limestone and shale layers after rain events. Construction dewatering
should be anticipated for all below grade excavations .
It is not possible to accurately predict the magnitude of subsurface water fluctuations that
might occur based upon short-term observations. The subsurface water conditions are
subject to change with variations in climatic conditions and are functions of subsurface soil
conditions, rainfall, water levels within nearby creeks and rivers, and leakage of existing
below grade utilities in the vicinity of the proposed alignment. Installation of groundwater
monitoring wells would allow accurate monitoring of seasonal groundwater levels.
5.0 ANALYSES AND RECOMMENDATIONS
5.1 SOIL MOVEMEN1
The subsurface exploration borings revealed the presence of expansive clay soils having a
moderate to high shrink/swell potential at the project site. Potential Vertical Rise (PVR)
calculations were performed using moisture content, pocket penetrometer, and correlations
with swell test results to estimate the swell potential of the soil in their existing moisture
condition. Estimated PVR values based upon the existing moisture conditions range from 2
to 3 inches of "active-zone" swell. In a dry condition, where the surficial clay soils are in a dry
condition at the time of construction, the "active zone" soil swell PVR would exceed 4+
inches.
6.0 EARTHWORK GUIDELINES
6.1 UTILITY TRENCH EXCAVATION AND BACKFILL
Trench excavation for utilities should be sloped or braced in the interest of safety. Attention
is drawn to OSHA Safety and Health Standards (29 CFR 1926/1910), Subpart P, regarding
trench excavations greater than 5 feet in depth. Trench excavations should be backfilled
with on-site clay and crushed rock, compacted in 8-inch lifts at +1 to +4% above optimum to
95% ASTM D698. For fill depths over 10 feet, compaction should be increased to 98%
ASTM 0698 (at -2% to +2% of optimum). The on-site rock should be crushed to a maximum
rock size of 6 inches. Settlement of compacted fill on the order of 1 % of the fill height
should be anticipated.
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
PAGE3
6.1.1 EXCAVATION CONSIDERATIONS
It is understood that open cut trench excavations will be performeq at this site. It is
understood that trench depths will be in the range of 10 to 12 feet deep. For trench
excavations less than five feet in depth, and in stable compact clay soils, trench excavations
may be cut near vertical in accordance with OSHA regulations. For excavations to any
depth in sand, gravel, soft clay, non-compact fill, submerged soil, or unstable rock
(weathered limestone and/or fractured limestone), or where seepage, or sloughing is
observed, it will be necessary to employ either sloped excavations or temporary bracing .
For excavations to depths in excess of five feet, 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.
6.1.2 OPEN CUTS
Recommended slope ratios for the respective soil conditions are presented graphically on
Figure 9. Trench excavations encountering submerged soils or fractured rock from which
water is seeping should be cut back in accordance with OSHA regulations as indicated on
Figure 9. Trench excavations to depths of less than five feet in . unstable . soil or rock
conditions as described above should be cut back in a similar manner. 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, in
accordance with OSHA regulations. Vehicle traffic should be maintained at least five feet
from the edge of the crest.
Excavations may encounter non-compact fill soils placed during previous construction of
underground utilities. If encountered, these fill soils should be sheeted, shored, and braced,
or laid back on slopes no steeper than 1.5 (H):I (V).
6.1.3 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
bracing may be determined as presented on Figure 10. Note: It should be recognized that
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
PAGE4
r
I!
1
I
!
fl
I
.
,,
11
II:;
i
:J
' i
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.
6.1.4 DEWATERING
It should be anticipated that groundwater will be encountered in excavations. Groundwater
levels will be encountered at relatively shallow depths particularly after periods of heavy
rain. It should be anticipated that groundwater wjll be encountered at shallow depths near
the existing structures due to leakage and ponding water beneath these below grade
structures and within below grade backfill of undrained structures. In . areas where
groundwater is encountered, a system of 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 the backfill
sections.
6.1.5 PROTECTION OF EXISTING UTILITIES
The contractor should be required to take all necessary precautions to protect all existing
utilities during excavation and construction.
6.jJ> PAVEMENT PATCHING
To minimize differential settlements of patched pavement areas, the pavement should be
removed to limits of 18 inches beyond the actual trench width to allow the edges of the
patched pavement to be supported by undisturbed soil. The new pavement should consist of
6 inches of HMAC (2" Type D surface course over 4" Type B Binder course placed in two -
2" lifts) over 12 inches of crushed stone base (per TxDOT Item 247 , Type A, Grade 1). The
flexbase should be compacted in 4 inch lifts at -1 % to +2% of optimum to 95% ASTM
D1557. Prior to placement of the flexbase, the upper 8 inches of subgrade soil should be
compacted at -2% to +2% of optimum to 98% ASTM D698 . A geotextile separator should
be placed on the compacted subgrade at the contact between the flexbase and the
compacted subgrade. The geotextile shall be specified in the "Special Technical
Specifications" in Appendix of the City of Ft. Worth's 2005 Pavement Design Standards
Manual.
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
PAGES
6.2 MOISTURE CONDITIONING PRIOR TO COMPACTION
Each layer shall be leveled with approved equipment. After spreading, each layer shall be
thoroughly manipulated by plowing, discing, or other approved methods of the full depth of
the layer being placed to insure uniform density and moisture distribution for proper
compaction. The moisture content at the time of compaction shall be within the range
specified in these special provisions. If the material is too dry, it shall be moistened by
watering before and during manipulation, to properly condition the material for compaction.
If the material is too wet, the compaction operation shall be delayed until the moisture
content has been reduced to within satisfactory compaction range.
Because of time of completion limitations, thoroughly processing of the on-site clay soils will
be required during manipulation if the moisture content is below optimum at the time of
placement. Each fill lift should be processed until the soil mixture is free of large clods to
allow uniform moisture distribution and uniform compaction within the entire fill lift. This is
particularly important if highly plastic clay soils are to be used as fill in the building pads.
The amount of processing and reworking required to achieve uniform moisture conditions
can be reduced by pre-wetting the onsite soils prior to placement.
6.3 QUALITY ASSURANCE REQUIREMENTS
As a quality control measure, pocket penetrometer (P.P.) Tests shall be performed with
each field density test during construction as further verification that proper moisture
conditioning is being achieved within the entire fill lift of moisture-conditioned clay. Similarly,
P.P. tests should be performed on each Proctor Compaction Point in the laboratory for
correlation and verification of the desired P.P. range with respect to Proctor moisture,
density and soil swell.
7.0 FIELD SUPERVISION AND DENSITY TESTING
Field density and moisture content determinations should be made on each lift of fill with a
minimum of 1 test per lift per 150 linear feet of utility trench backfill and pavement base.
Supervision by the field technician and the project engineer is required. Some adjustments
in the test frequencies may be required based upon the general fill types and soil conditions
at the time of fill placement.
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
PAGE6
Many problems can be avoided or solved in the field if proper inspection and testing
services are provided. It is recommended that all drilled pier operations, water pressure
injection, site and subgrade preparation, proofrolling, subgrade stabilization, and pavement
construction be monitored by a qualified engineering technician. Density tests should be
performed to verify compaction and moisture content of any earthwork. Inspection should
be performed prior to and during concrete placement operations. Mas-Tek Engineering &
Associates, Inc. employs a group of experienced, well-trained technicians for inspection and
construction materials testing who would be pleased to assist you on this project.
8.0 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 & Associates 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 applic~ble 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.
We will retain the samples acquired for this project for a period of 30 days subsequent to the
submittal date printed on the report. After this period, the samples will be discarded unless
otherwise notified by the owner in writing.
MAS-TEK ENGINEERING & ASSOCIATES E09-1013-02
PAGE7
ii
j\
,I
l! ii I,
!:
I
:
!
r!
'l
f t
~ ti II
I!
11
[j
FIGURES
MAS-TEK ENGINEERING & ASSOCIATES
~:,~
MAs-'TIEK Engineering
Br. Assocl:atea, Inc.
Project No:
E09-1013 PLAN OF BORINGS
DRAINAGE IMPROVEMENTS -SUMMERCREST DRIVE
FORT\IVORTH,TEXAS
FIGURE NO:
1a
~ ... J-~ ) If"'
MAs-TEK Englneiel'.fng
&. :Assll)Chit:es;; Inc.
Project No:
E10-0702 PLAN OF BORINGS
DRAINAGE IMPROVEMENTS -SUMMERCREST DRIVE
FORT WORTH, TEXAS
FIGURE NO:
1b
1 .,
,J ~
h
l!
Project No:
E10·0702 PLAN OF BORINGS
DRAINAGE IMPROVEMENTS -SUMMERCREST DRIVE
FORT\IVORTH,TEXAS
FIGURE NO:
1 C,
ij
I! !: .Ii
Ii
' .;
fl
Ii .,
MAs-TlEIC Engineering
& :Associates. Inc.
Project No:
E09·1013 PLAN OF BORINGS
DRAINAGE IMPROVEMENTS -SUMMERCREST DRIVE
FORT WORTH, TEXAS
FIGURE NO:
1d
!1 f;
'i
i
i
I
:j ,,
j
;I
l
l
;l
I
i
' il
H l,i
i
~
-i 1,
t!
. ·,
LOG OF BORING B-1
Project: Drainage Improvements -Summercrest Drive -Ft. Worth, Texas Project No.: E09-1013
Date: 04/12/2010 Elevation: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was: Dry
Depth to caving when checked: was:
ELEVATION/,!
DEPTH ueen , . ,.
.
0
s·
15
·'2\1 ..
'1?
Notes:
SOIL SYMBOLS
SAMPLER SYMBOLS
& FIELD TI:ST DATA .
DESCRIPTION Mc LL PL Pt -200 DD P.PEN uNco,,i' ,s,,;,;~
% %·: % % ,pc! Isl ks! %
:i+:-_7_"_A_S_P_H_A_L T-.. -c,-v-er-_5-,...,,,·g""''r_,.,a-ve-. l-ly-c-la_y_e_y_S_A_N_D _ ___, ____ 1---_.._. --·-c....->--·-.->-,-·-',-' ---··~ -
Brown CLAY w/ limestone fragriierits 2r"62 l es4 :------2-::rs.,...---
4.5+
-,--...,....,.,,---...,..----------------1-----·--·-- - -- --·-·- -__;. '..:... ~:--Browri& gray CLAY w/ calcareous nodules 3.a
4,4
1a s i. 19 a2 113 3.7 5.2 6.9
11 2.6
,,,,. . -;i--B-r-ow_n_&~gr_a_y_C...,L_A_Y_w_/ _ha_r_d_t_a_n~ll-m_e_s-to...,ii-e~s,....e,.,...a...,.m..,..s---,...,,e iir 18 28 ~ -•1oa"',_ fs --u --,-:s-
'1·.
,.-1-'"-~----~=-·:;:.;.'"···c..=·. '-"·'·';.;...'''",'--'1 -----------1:L... ~ -· ·- --- -;-. -1---- -· - ---:' ·-t-·-·-
Moderately hard gray SHALE, jointed
-1~----'--"------------------1------------:I--·--· - -....;..·-~f--o<....;.-:-Moderately'hard gray SHALE w/ hard gray
limestone layers, jointed
-------- --· - - ----· ---Hard to Very hard gray LIMESTONE w/ shale layers
+--~~-~--~~~---~-~~~---,~~~-~~~~~~~·t--~11 Boring term inated at 25'
FIGURE:2
MTE, INC.
ll
H Ii
Ii
I\
ll
I!
LOG OF BORING B-2
Project: Drainage Improvements -Summercrest Drive -Ft. Worth, Texas Project No.: E09-1013
Date: 04/12/2010 Elevation: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was: Dry
Depth to caving when checked: was:
; :,El.l:VAJI O,NI I ~f:.1t .
-0
-5
-111 ·
15'
'·30
35.
Notes:
DESCRIPTION
. .
-1-----------=----------·1-~-----_ __.... __ --fa----------
~i-..:.7_" .::::::A::::S:::P::::HA:::::::L T:::..:..ov:..:e:..:..r..::.5'....:.' g=:r:::av:'.::e:::::lly==SA::::N:::::::::.D _______ ~ __ -'"" __ ._ ~ ·-_ :1---_ .. .;..:.. ~. ~ __ _
Browri CLAY w/ limestone fragments 12 33 1G , n: 1.21 4.s+ ·
, .. ' .. ~ -1-'--~---'---~'-'---"-'----------------1----- --·-~ ---- - --r-·--Moderately hard to very hard tan weathered
LIMESTONE, fractured w/ tan & light gray clay
seams
-hard to very hard below 4'
+-".""'."C'"-:----,,-,---,--,...-,,,-,-,:,,....,--.,....,----,,------'--..:,_-'1----"'"' --- --. ---_.. ------Hard to very hard tan & light gray weathered
LIMESTONE, fractured
,, ..... ------~--------------;,----,-,--,..,...,,....--r-,-... ----------_...,;. :""" ~ ~-- ---·."!"" Very hard gray LIMESTONE w/ gray shale layers ..
---Boring terminated at 15'
FIGURE:3
MTE,INC.
~!
.. '""' ... . ..
LOG OF BORING B-3
Project: Drainage Improvements • Summercrest Drive -Ft. Worth, Texas
Date: 04/12/2010 Elevation: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was: Dry
Depth to caving when checked: was:
.....
ELEVATION/" I SOIL .SYMBOLS
DEPTH SAMPLER SYMBOLS DESCRIPTION MC LL
(leell & Fli;LDTES7 .DATA , .. % %.
-·-0 ?".ASPHALT over 10" gravelly SAND
..
.15 . ----Brown CLAY w/ limestone fragments
f\ 11 4B .
" ---:i;J g Hard tan weathered LIMESTONE w/ tan clay seams,
~ fractured
5
'.it; =. ~ 1-r 2i
-~ Light brown CLAY w/ calcareous nodules, jointed ~ I :16
i),_ .. : '-·., -----~ 1~ Very hard tan weathered LIMESTONE w/ tan clay j~
-~ L .. ·, ... 1· seams, fractured SQ(0,25;'. -1(1 ~OIO)~f I• ~-7;2 • ~s -~
l ,,.
p~
. :1:i
: '~~ 'Ii .-!~
-err 1 sooJ;·· -i!i ......
SOfO''• · Boring terminated at 15'
~o
1:
25
>30
·35
Notes:
MTE, INC.
Project No.: E09-1013
. ..... ''s,;~in PL Pl -200 DD P.PEN UNCON
% % pc! tsf ksl % .
--~-~-------:--·---...:..·-
2.4 .. '-------.. ~~--
16 32 4.5+
----~--·-..:.. 1-~---·--=-...;.·_,; ...
--14 15 -123-
,_ __
7""'ff4--,a.a-4.5+
4.5+
--~--i-.---·---·----
"
....
FIGURE:4
..
j
l {•
LOG OF BORING 8-4
Project: Drainage Improvements -Summercrest Drive -Ft. Worth, Texas Project No.: E09-1013
Date: 04/12/2010 Elevation: Location: See Figure 1
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was: Dry
Depth to caving when checked:
. . ',~ .···•·· ', .
. ELEVATION/ 1··
DEPTH
(feel) ..
•· SOil SYMBOLS ·
SAMPLER SYMBOLS
& FIELD TEST DATA
was:
DESCRIPTION MC LL PL Pl -200 DD P.PEN UNCON Slrafi:,
%%% % pct tsf ksf %
0 _,..;._~........;."""-"----------------------:-----.-··--------~ - -::...--" 3" ~SP HALT oyer T' gravelly Sf\ND · ·
-5
··20.,
·25··
Brown CLAY w/ limestone fragments & calcareous
nodules 2.9
-•-L-ig_h_t_b-ro-w-... -n-C_LA_Y_w_/_c_a_lc_a_r-eo_u_s_h_o_d_u_le_s_,-jo-i-nt_e_d---•------·"-"'"" -'--·'""225---..c,:.... __
2.3
16 115 2.s 4.8 a.a
18 ~B ·16 32
16 ,.113 2.4
-1~--,.,,,---------,-------.,...-,;.,,,--,---'·:...·'--· :-'---'--'---'-I----i.--------- --- - - - ---Vefy hard tan weathered LIMESTONE w/ tan clay
seams, fractured
-1-----~-----------"------'-'I-'-. •---- - ----- -. --.. -.. Very hard gray & tan weathered LIMESTONE,
.., \ fractured ,--"'---
Boring terminated at 15'
Notes: Boring Offset 10' South x 6' West of Original Location
MTE, INC.
FIGURE:5
LOG OF BORING B-5
Project: Summer Crest Drive Drainage Improvements -Ft. Worth, Texas Project No.: E10-0702
Date: 07/16/2010 Elev.: Location: See Figure 1e
Depth to water at completion of boring: Dry
Depth to water when checked: end of day
Depth to caving when checked:
ELEVATION/ 1·
DEPTH .rrean · ·
SOIL SYMBOLS
SAMPLER SYMBO LS
!I mLO TEST OATA
· ....
was: Dry
was:
... , .. , ... ,."·.
DESCRIPTION MC . LL PL Pl -200 DD P.PEN UNCON Strain :f, % % · % _per tsf ksf %
0
I
-1----------'---'-''------'-------1--i--- - - - - --- -~ - - --,:---4.:.."-=A=S=P=H=A==L T.e.·-=o..:..ve:=cr:...;3:::.." ... !l~r.::.av::.:· e::.:l:.z.lv-=s:..=a~n.::.d-=b:..=a.::.se::::..:...· ...:.,.....:......:. ___ ;--__ "'" -. __ -~ __ -·~ __ ~ ___ ,_ __
5
10
15
20
25
30
35
Notes:
50/0§'
· ·S0/0''
~ I
50/0 ,25"
50!(1'
_ g~.rk brown CLAY w/ limestone fragments 32 12 25 47 1,15
Ligh,t~r.~'Nr & lig,htgraY calcareolJS CLAY . . ls".~7: lt 22 ~ -----,2~5-----~ -
-,-........ ~~-------------'------------~..,....,.---,,I-------- -~--· -- - -~ --Hard tan weathered LIMESTONE w/'clay seams & 4;, ·
to 6" calcareous clay layers, fractured
-calcareous clay layer at 7' 11 30 : 15 23
-1-,.,---,...,...,..,-,--...,...,,-----,--......... ----------'----1-"'---..:.. ---- -----. --- -Hard tari & gray weathered LIMESTONE, fractured
Hard gray LIMESTONE w/ 2" to 4" shale· layers ,
slightly fractured
Boring terminated at 15'
MTE, INC.
----~~-----1---.-~---.
,_ ______ _
FIGURE:6
'
l
J
1
i
ti i! r]
(l
LOG OF BORING B-6
Project: Summer Crest Drive Drainage Improvements -Ft. Worth, Texas Project No.: E10-0702
Date: 07/16/2010 Elev.: Location: See Figure 1f
Depth to water at completion of boring: Dry
Depth to water when checked: end of day was: Dry
Depth to caving when checked: was:
ELEVATION/ 1 · SOIL SYMBOLS · ,· ..
UNCO.N ' si;aln OEPTH SAMPLER SYMBOLS DESCRIPTION MC LL PL P_I ·200 DD P.PEN
% % % % pcl lsJ ksl % creel) . ,(I FIELD TEST DATA .-,
-----,------~-----:-----0 • 6" ASPHALT over 3" lilravelly sand base · -y ~p:----1--;_ i---·----Brdwh silty SAND w/ limesto'ne fragments & gravel C -6" -15 ,---
:, j ·-~ ~ .. -. -,(FILL} r ---··-I---' ----,.. __ -------.-·-...
'i : -2eifr 4. 48 ... Orangish brown silty SAND w/ light brown clay & ,:.· .•. 34i5"
:-· ~flp< """"limestone fragments .(FILL} '. ~---------------~ ---1-.~ --
--5 ·. 3116• Light browri calcareous CLAY w/ trace calcareous 7 37 15 22
3716". nodules .:.. _3oi6~ -·-·------~----- -----·--,---~-•r•, -
'f' ~ Hard tan weathered LIMESTONE w/ clay seams, -~ '1'1"
. ~
-:Z ;ii 11 ~~ fractured
... -~ ;i ..
I ~.2°5_" -10 ..
·. !? ~ 50!0"
~l j
-~ ~~-
~ ~~
--~ 5i ' ~-~-!i:
, i, _:r
'.q:; . I J·
• 15
50/025'! -50/0" · Boring terminated at 15' --
··20 .
~ 25
3_0
. 35
Notes: FIGURE:7
MTE, INC.
KEY TO LOG TERMS & SYMBOLS
Symbol Description
Strata symbols
Asphaltic
Paving
CLAY
Calcareous Clay
LIMESTONE,
weathered
Limestone
SAND
Soil Samplers
I]
I
Notes:
Auger
Thin Wall
Shelby Tube
THD Cone
Penetration
Test
Symbol Description
Standard
Penetration
Test
L Exploratory borings were drilled on dates indicated using truck
mounted drilling equipment.
2. Water level observations are noted on boring logs.
3. Results of tests conducted on samples
boring logs. Abbreviations used are:
DD= natural dry density {pcf)
MC= natural moisture content (%)
Uncon.= unconfined compression {tsf)
P.Pen.= hand penetrometer {tsf)
4. Rock Cores
recovered are reported on the
LL= liquid limit (%)
PL= plastic limit {%)
PI= plasticity index
-200 = 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"
or greater in length divided by the run, expressed as
percentage.
MTE, INC .
FIGURE:8
Ii
·~
i
11
II
II
11
I
ll
i
:!
'!
i
I •l
·l
ll
ll q
·I
!
i
RECOMMENDED TEMPORARY SLOPE RATIOS
.. ' Sliort Tei'rn · Long Term •· Bedding) '
.·. (uridEl r SJiouisl . . (over 8 hours} Ci:it ..
.. , ... ·.··.·$oiLf RO¢K
•.,.r • ....
Gravelly sand, sand, soft clay (hand penetrometer of 0.8 tsf or
less)
Submerged soils, and/or fractured rock (shale or limestone)
from which water is seeping '*
Stiff to hard clay, shaley clay, weathered shale, and/or
weathered limestone above existing groundwater level
Fractured gray limestone and jointed gray shale
. ~.
.,o:'··
~ •,•
; ~·
1-1h 1 2 1
1-1h 1 2 1
1 1 1 1
1 1 1 1
... ' .. .
::-··
,, . !"· ...
* In accordance with the best interpretation of OSHA regulations, submerged soil
is defined as water bearing granular soils, fissured clay soils, fractured
weathered rock (shale or limestone) or soil from wh ich groundwater is seeping.
** Maximum bedding cut for trench excavations less than 12 feet deep in dry gray
limestone 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.
~,~
~...--En~Hns
•lie Assoc:b~litL
DRAINAGE IMPROVEMENTS
SUMMERCREST DRIVE
FORT WORTH, TEXAS
April 21, 2010
RECOMMENDED
SLOPE RATIOS
. : .
PROJECT NO: E09-1013
0
0
0
2**
FIGURE q
LATERAL EARTH PRESSURES FOR INTERNALLY BRACED EXCAVATIONS
(For excavations terminating in stiff to hard clay and limestone)
H
WHERE:
· G.r~und Surface
H/2
H/4
_J_
Lateral Earth Pressure, psf.
Saturated Unit Weight of Soil;
Use 130 pcf for Clay and 140 pcf for Limestone
Height of Excavation (ft.)
Earth Pressure Coefficient,
Use 0.30
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.
DRAINAGE IMPROVEMENTS
SUMMERCREST DRIVE
FOR.T WORTH, TEXAS
LATERAL EARTH
PRESSURES FIGURE
Aprli21, 2010 PROJECT NO: E09-1013 10
I
B
·~
I 1;
f
I! il
II q
I
SECTION 10 -ADDENDA
,..,