HomeMy WebLinkAboutContract 42509r
D.0.F. F 1
(
Mike Moncrief
Mayor
Thomas M. Higgins
Acting C ity Manager
/
fORTWORTH
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
MILAM STORM DRAIN IMPROVEMENTS
Project Number: 00482
IN
THE CITY OF FORT WORTH , TEXAS
2011
Prepared by :
.~
CONFORMED
CITY SECRETARY,4 7-S 09 CONTRACT NO ._!.--:....---
S. Frank Crumb, P .E.
Director, Water Department
Douglas W. Wiersig, P.E.
Director, Transportation and
Public Works Department
AECOM Technical Services, INC.
l:,·[\--Jf
"''''''"'' --''1_ OF ,: ''• :-~, ............ l"-t.'•, .:~.-·· * ···."'..ri'i ~-... ... ·"· , . . . . ~ 1···.:. ...................... .:. ... ;1 ~ R.G . CREWS ~ r· ~ ....... 98131 ..... j.. 1
'~, ··-.. ~,~-~?.···· ; •• L.1:..~ -,,, •••••••• ::.._,c:.".::,.
,,, 1~ '(..~-,,,,,.,,,, ......
TBPE REG . NO. F-3580
1200 Summit Ave ., Suite 600
Fort Worth, Texas 76102
11-02-1 1 Al0:30 I N
OFFICIAL RECORD
CITY SECRETARY
FT. WORTH, TX
M&C Review Page 1 of 2
Officia l site of th e City of Fort Worth, Texas
CITY COUNCIL AGENDA
FORT WORTH --...,,,-
-----·---·---~'llil:IPi-m _______ -,.__,. __ ~ ™·• ~------------
COUNCIL ACTION: Approved on 10/25/2011 --------~-1! ~-----.,---"-'MIW""'_'"""..,1llWKll.'8IN'ltl!I .......... m . l!eW"411ttr~·-•nnr--""'--""'_, ____ _
DATE: 10/25/2011 REFERENCE**C-25242 LOG 20CONSTRUCTION_MILAM_ROBINHOOD NO.: NAME:
CODE: PUBLIC
C TYPE: CONSENT HEARING:NO
SUBJECT: Authorize Execution of Contract with Conatser Construction TX, LP , in the Amount of
$859,569.50 for the Milam Storm Drain Improvements (COUNCIL DISTRICT 5) __________________ .__..~-tl"III!_., ______________ _
RECOMMENDATION:
It is recommended that the City Council authorize the execution of a contract with Conatser
Construction TX, LP , in the amount of $859,569 .50 for construction of the Milam Storm Drain
Improvements .
DISCUSSION:
The construction project is needed to reduce the risk of property damage due to the roadway
overtopping along the side streets east of Milam Street between Meadowbrook Drive and Van Natta
Lane.
The project was advertised for bid on June 16, 2011 and June 23 , 2011, in the Fort Worth Star-
Telegram . On July 14 , 2011 , the following bids were received :
BIDDERS AMOUNT
Conatser Construction TX , LP $ 859 ,569.50
Tri-Tech Construction, Inc. $ 874 ,632 .65
North Texas Contracting, Inc . $ 967,931 .00
Jackson Construction, Ltd . $1 ,006,129 .95
TIME OF COMPLETION
240 Calendar Days
The low bid is from Conatser Construction TX , LP , in the amount of $859,569 .50. Costs for the
implementation of this project will be funded by the Storm Water Capital Projects Bond 2009 Fund .
Funding in the amount of $77,361 .00 is included for associated construction survey, materials testing
and inspection costs . The contingency fund for possible change orders is $25,787 .00 .
The low bidder, Conatser Construction TX, LP, is in compliance with the City's M/WBE Ordinance by
committing to 19 percent M/WBE participation . The City's goal on this project is 18 percent.
This project is located in COUNCIL DISTRICT 5, Mapsco 80F .
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.
TO Fund/Account/Centers FROM Fund/Account/Centers
P227 541200 205280048283 $859,569 .50
------------------------·------------·------· -----. ···---···-··-·-------~-·-···-------·-·--------
Submitted for City Manager's Office by:
http://apps.cfwnet.org/council_packet/mc_review.asp?ID=l 5814&counc ilchtf"=1MH.r>r.1 1 '"''H" '"" · ·
M&C Review
Originating Department Head:
Additional Information Contact:
Fernando Costa (6122)
Doug Wiersig (7801)
Chad Simmons (8179008346)
·---------------------·---·-··-·------------·
ATTACHMENTS
M AND C 00482.pdf
http://apps.cfwnet.org/council_packet/mc _review.asp?ID= 15814&councilcfatp= 1 on,nA 1 1
Page 2 of2
11\Jl"\e /l"'IA" 1
.-
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
MILAM STORM DRAIN IMPROVEMENTS
Project No. 00482
RELEASE DATE: July 12 , 2011
BIDS RECEIVED : July 14, 2011
INFORMATION TO BIDDERS:
The Contract Documents for the above mentioned project are revised and amended as follows :
Bid Proposal Section:
1. Revisions have been made to Section 3. 1, MWBE Special Instructions . Delete and
replace with the attached Section 3.1 MWBE Special Instruction.
2. Clarification has been made to Section 4.1 , the Bid Proposal Signature Sheet. 240 days
has been replaced with 240 Calendar Days . Delete and Replace with the attached Section
4.1 Signature Page.
3. Revisions have been made to the Section 4.2 , the Bid Proposal Section. Delete the Bid
Proposal Section 4.2, and replace with the attached B id Proposa l Section 4 .2 .
4 . Revisions have been made to the Section 4 .6, the List of Fittings. Delete the Li st of
Fittings 4 .6 , and replace with the attached List of Fittings 4.6 .
Plan Sheets
1. Plan Sheet 2 -General/ Utility Notes:
Remove and replace. Index Revised.
2 . Plan Sheet 4 -Drainage Area Map:
Remove and replace. Drainage Area Map reissued with addition information in plan
view .
3 . Plan Sheet 8 -Demo Plan 2 of 3:
Remove and replace. Shading added to identify demolition limits.
4 . Plan Sheet 15-22 -Storm Plan & Profiles:
Remove and replace. Water line replacement information clarified and rev is ed .
Pulverization and Overlay limits added to plan view .
5. Plan Sheet 24a,b,c -Intersection Improvements:
Page I of2
Remove and replace. Sheets reissued with revised paving limits .
6 . Plan Sheet 25-Sanitary Sewer P&P:
Insert . Sheet added for clarification.
7. Plan Sheet 26&27 -Water Main Details:
Remove and replace. Sheets reissued, DIP added, lowering revised.
8. Plan Sheet 24b & 24d -Misc Details:
Remove and replace 24b, add 24d. Additional details added, SD-025 deleted.
9 . Plan Sheet 31-54 -Traffic Control Plan & Details:
Insert Traffic Control Plans & Details sheets.
Clarification
1. Curb and gutter shall be subsidiary to Inlets and Valley Gutter installations . No separate
pay item.
This Addendum shall be acknowledged in Section 4 .1 -Bid Proposal Workbook. Failure to
acknowledge the receipt of Addenda could cause the subject bidder to be considered "NON
RESPONSIVE", resulting in disqualification.
Page 2 of2
Mike Moncrief
Mayor
Thomas M. Higgins
Acting City Manager
FORT WORTH
SPECIFICATIONS
AND
CONTRACT DOCUMENTS
FOR
MILAM STORM DRAIN IMPROVEMENTS
Project Number: 00482
IN
THE CITY OF FORT WORTH, TEXAS
2011
Prepared by :
CONFORMED
S. Frank Crumb, P .E.
Di rector, Water Department
Douglas W. Wiersig, P.E.
Director , Transportation and
Public Works Department
AECOM Technical Services, INC.
{pp[, .. ,,
........ ,,"''' --""1. OF r. ,,, .:-·/' ......... ,./-t.' •• , .:4',,•" * '•,.-1.pll
:: . ... ... ·"· , . . . . ~ 1 ... .:. ...................... .:. ... ,,_ ~ .._ .... R.G •• CREWS ... -,J
'~\ 98131 (I): ~ ,, •· .• (.1-&'9/ E I ',, l..'t:.l'P'.':•' • ,,, ......... ::_,c..~
,,, l9NA._ \.~-,,,,,,, .............
TBPE REG. NO. F-3580
1200 Summit Ave., Suite 600
Fort Worth , Texas 76102
-
-
-
-
-
-
Section 2.0
Front End Documents
TABLE OF CONTENTS
01 -Project Information D 1.1 -Title Page MS-Word
D 1.2 -Location Maps pdf
02 -Front End Documents 2.1 -Table of Contents MS-Word
IZI 2.2 -Notice to Bidders MS-Word
IZI 2.3 -Comprehensive Notice MS-Word
to Bidders
IZI 2.4 -Special Instructions to pdf
Bidders (water-sewer)
IZI 2.5 -Special Instruction to pdf
Bidders (paving-drainage)
D 2.6 -Detailed Project MS-Word
Specifications (no drawings
provided)
03 -MWBE Documentation IZI 3.1 -MWBE Special pdf
Instructions
IZI 3.2-MWBE pdf
Subcontractors/Supp l iers
Utilization Form
IZI 3.3 -MWBE Prime Contractor pdf
Waiver
IZI 3 .4 -MWBE Good Faith Effort pdf
IZI 3.5 -MWBE Joint Venture pdf
04 -Bid Package IZI 4.1 -Bid Proposal Cover & pdf
Signature Sheets
IZI 4.2 -Bid Proposal(s) MS-Excel
D 4.3 -Green Cement Policy MS-Word
Compliance Statement
IZI 4.4 -Bid Schedule pdf
IZI 4.5 -Vendor Compliance to pdf
State Law
IZI 4.6 -List of Fittings pdf
IZI 4. 7 -Pre-Qualified Contractor MS-Word
List
05 -General and Special Conditions IZI 5.1 -Part C General pdf
Conditions (water -sewer)
IZI 5.2 -Supplementary pdf
Conditions to Part C (water -
sewer)
IZI 5.3 -Part D -Special MS-Word
Conditions (water -sewer)
IZI 5.4 -Part DA -Additional MS-Word
Special Condition (water -
sewer)
IZI 5.5 -Part E Specifications pdf
IZI 5.6 -Special Provisions
(paving -drainage)
IZI 5. 7 -Wage Rates pdf
IZI 5.8 -Compliance with and pdf
City of Fort Worth , Texas
Table of Contents
PMO Release Date : 03 .29 .2011
Page I of2
TABLE OF CONTENTS
06 -Technical Specifications
07 -Contracts, Bonds and Insurance
08 -Appendices
09-Addenda
City of Fort W orth, T exas
Tab le of Con tents
PMO Re leas e Date : 03.29.2011
Pa ge 2 of 2
Enforcement of Prevailing
Wage Rates
D 5.9 -Standard Details (water-dwf
sewer)
D 5.10 -Standard Details dwf
(paving-drainage)
D Technical Specs Index
~ 7 .1 -Certificate of Insurance MS-Word
~ 7.2 -Contractor Compliance pdf
With Workers' Compensation
Law
~ 7.3 -Conflict of Interest pdf
Questionnaire
~ 7 .4 -Performance Bond pdf
~ 7.5 -Payment Bond pdf
~ 7.6 -Maintenance Bond pdf
~ 7.7 -City of Fort Worth pdf
Contract
D Easements Index
D Permits Index
D Reports Index
D Pavement Cores
D Addenda Index
NOTICE TO BIDDERS
Sealed proposals for the following :
Milam Storm Drain Improvements
City Project No. 00482
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, July 14, 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
AECOM Technical Services , Inc., 1200 Summit Ave , Suite 600 , Fort Worth , TX 76102 , at a cost of
$100 per set (non-refundable).
The major work will consist of the (approximate) following :
UNIT I -IMPROVEMENTS
270 LF
370 LF
940 LF
512 LF
94 LF
342 LF
450 LF
1570 SY
7'X4' RCBC
54" RCP
48" RCP
42" RCP
36 " RCP
30" RCP
24" RCP
PAVEMENT REPAIR
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 .
The water and sanitary sewer work must be performed by a contractor that is pre-qualified by
the Water Department at the time of the bid opening . A general contractor, who is not pre-
qualified by the Water Department , must employ the services of a subcontractor who is pre-
qualified. The procedure for pre-qualification is outlined in the "Special Instructions to Bidders
(Water-Sewer)".
Rev 2-2-10_TPW
NB-1
NOTICE TO BIDDERS
For additional information , please contact Greg Crews , PE, Engineer with AECOM Technical
Services , Inc . at Telephone Number: 972-735-3031 or by email: Greg.Crews@AECOM.com .
A pre-bid conference will be held on June 28 at 3:00 p.m., in the T/PW Conference Room 270
of City Hall. Bidders are encouraged to review the plans and specifications prior to the pre-bid
conference.
Advertising Dates :
June 16, 2011
June 23, 2011
Rev 2-2-10_ TPW
NB-1
COMPREHENSIVE NOTICE TO BIDDERS
Sealed proposals for the following :
Milam Stonn Drain Improvements
City Project No. 00482
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, July 14 , 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 AECOM Technical
Services , Inc ., 1200 Summit Ave , Suite 600 , Fort Worth , TX 76102 , at a cost of $100 per set (non-refundable).
The major work will consist of the (approximate) follow ing :
UNIT I -IMPROVEMENTS
270 LF
370 LF
940 LF
512 LF
94 LF
342 LF
450 LF
1570 SY
7'X4' RCBC
54" RCP
48" RCP
42" RCP
36" RCP
30" RCP
24" RCP
PAVEMENT REPAIR
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 discr imination in the employment practices.
Bid security is required in accordance with the Special Instruction to Bidders .
The City of Fort Worth reserves the right to reject any and/or all bids and waive any and /or all formalities.
No bid may be withdrawn until the expiration of ninety (90) days from the date bids are opened . The award of
contract, if made , will be within ninety (90) days after the opening of bids , but in no case will the award be
made until all the necessary investigations are made as to the responsibility of the bidder to whom it is
proposed to award the Contract.
Bidders are responsible for obtaining all Addenda to the contract documents and acknowledging receipt of the Addenda
by initialing the appropriate spaces on the PROPOSAL form . Bids that do not acknowledge receipt of all addenda may
Rev 2/2/10_ 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 fo rm . Bids that do not acknowledge receipt of all
addenda may be rejected as being non-responsive . All addenda will be made available on-l ine w ith the contract
documents. Contractors and/or suppliers are requested to register as plan holders on-l ine (on Buzzsaw site) in order
to receive notifications regard ing the issuance of addenda. It shall be the bidding contractor's sole
responsibility to veriify 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 w ith 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 C ity of Fort Worth contracts .
A copy of the Ord inance 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") an.d/orthe JOINT
VENTURE FORM as appropriate. The Documentation must be received no later than 5 :00 p.m., five (5) City
of Fort Worth business days after the bid opening date. The bidder shall obtain a receipt from the appropriate
employee of the department to whom delivery was made. Such receipt shall be evidence that the City of Fort
Worth received the Documentation . Failure to comply shall render the bid non -responsive .
The water and sanitary sewer work must be performed by a contractor that is p re-qualified by the Water
Department at the t ime of the bid opening . A general contractor , who is not pre-qualified by the Water
Department, must employ the services of a subcontractor who is pre-qualified . The procedure for pre-
qualification is outlined in the "Special Instructions to Bidders (Water-Sewer)".
SUBMISS IO N OF BID AND AWARD OF CONTRACT
The proposal with in this document is designed as a package. In order to be considered an acceptable bid , the
Contractor is required to submit a bid for the complete proposal. 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 D i rector 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 Greg Crews , PE with AECOM Technical Services , Inc. at Telephone
Number: 972-735-3031 or by email : greg.crews@aecom .com .
A pre-b id conference will be held on June 28, 2011 at 3:00 p.m ., in the T/PW Conference Room 270 of City
Hall . Bidders are encouraged to review the plans and specifications prior to the pre-b id conference .
Thomas M. Higgins MARTY HENDRIX
INTERIM CITY MANAGER CITY SECRETARY
Advertising Dates :
June 16 , 2011
June 23, 2011
Rev 212/1 o _ TPW
B~:~,.:..,,._
Cdttnmons , P .E
Transportation & Public Works Department
CNB -2
SPECIAL INSTRUCTIONS TO BIDDERS
1) PREOUALIFICATION REQUIREMENTS: All contractors submitting bids are required to be
prequalified by the Fort Worth Water Department prior to submitting bids. This prequalification
process will establish a bid limit based on a technical evaluation and financial analysis of the
contractor . It is the bidder 's responsibility to submit the following documentation: a current financial
statement, an acceptable experience record, an acceptable equipment schedule and any other
documents the Department may deem necessary, to the Director of the Water Department at least
seven (7) calendar days prior to the date of the opening of bids .
a) The financial statement required shall have been prepared by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (I) year old. In the
case that a bidding date falls within the time a new statement is being prepared, the previous
statement shall be updated by proper verification .
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be recei ved .
c) The Director of the Water Department shall be the sole judge as to the acceptability for financial
qualification to bid on any Fort Worth Water Department project.
d) Bids received in excess of the bid limit shall be considered non-responsive and will be rejected as
such .
e) The City, in its sole discretion, may reject any bid for failure to demonstrate experience and/or
expertise .
f) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered .
g) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be appropriate to the nature and/or magnitude of the project on which bids are
to be received . Failure to notify shall not be a waiver of any necessary prequalification .
2 . BID SECURITY: A cashier's check, or an acceptable bidder's bond, payable to the City of Fort
Worth, in an amount of not less than five (5%) percent of the largest possible total of the bid
submitted must accompany the bid, and is subject to forfeiture in the event the successful bidder fails
to execute the Contract Documents within ten (10) days after the contract has been awarded To be an
acceptable surety on the bid bond, the surety must be authorized to do business in the state of Texas .
In addition , the surety must (1) hold a certificate of authority from the Untied States secretary of the
treasury to qualify as a surety on obligations permitted or required under federal law; or (2) have
obtained reinsurance for any liability in excess of $100,000 from a rein surer that is authorized and
admitted as a reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or required
under federal law. Satisfactory proof of any such reinsurance shall be provided to the City upon
request. The City, in its sole discretion, will determine the adequacy of the proof required herein .
3. BONDS: A performance bond, a payment bond, and a maintenance bond each for one hundred
(100%) percent of the contract price will be required, Reference C 3-3.7 .
09/10 /04 1
4. WAGE RATES:
Section C3-3.13 of the General Conditions is deleted and replaced with the following :
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code.
Such prevailing wage rates are included in these contract documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of the work ,
maintain records that show (i) the name and occupation of each worker employed by the contractor in
the construction of the work provided for in this contract; and (ii) the actual per diem wages aid to
each worker. These records shall be open at all reasonable hours for ins ection by the Ci The
provisions of Ri ght to Audit, unde r paragraph L of Section C I : Sup_ lemcnla ry Condition s To Part
-General Conditi on s, e rt a in to thi s in spec ti on .
(c) The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) and (b) above.
(d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that
the contractor has complied with the requirements of Chapter 2258 , Texas Government Code.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the project at
all times .
5 . AMBIGUITY: In the case of ambiguity or lack of clearness in stating prices in the Proposal , the
City reserves the right to adopt the most advantageous construction thereof to the City or to reject the
Proposal.
6 . BIDDER LICENSE: Bidder must be a licensed Contractor in the State of Texas .
7. NONRESIDENT BIDDERS: Pursuant to Article 601g , Texas Revised Civil Statutes, the City of
Fort Worth will not award this contract to a nonresident bidder unless the nonresident's bid is lower
than the lowest bid submitted by a respon sible Texas resident bidder by the same amount that a Texas
resident bidder would be required to underbid a nonresident bidder to obtain a comparable contract in
the state in which the nonresident's principal place of business in located .
"Nonresident bidder" means a bidder whose principal place of business is not in this state, but
excludes a contractor whose ultimate parent company or majority owner has its principal place of
business in this state .
This provision does not apply if this contract involves federal funds.
The appropriate blanks of the Proposal must be filled out by all nonresident bidders in order for th e
bid to meet specifications. The failure of a nonresident contractor to do so will automatically
disqualify that bidder.
8. PAYMENT: If the bid amount is $25,000.00 or less , the contract amount shall be paid within forty-
five ( 45) calendar days after completion and acceptance by the City.
9 . AGE: In accordance with the policy ("Policy") of the Executive Branch of the Federal Government ,
Contractor covenants that neither it nor any of its officers, members, agents employees , program
participants or subcontractors , while engaged in performing this contract, shall, in connection with
the employment, advancement or discharge of emp loyees or in connection with the terms , conditions
09 /10 /04 2
or privileges of their employment, discriminate against persons because of their age except on the
bases of a bona fide occupational qualification , retirement plan or statutory requirement.
Contractor further covenants that neither it nor its officers , members, agents, employees,
subcontractors, program participants, or persons acting on their behalf, shall specify, in solicitations
or advertisements for employees to work on this contract, a maximum age limit for such employment
unless the specified maximum age limit is based upon a bona fide occupational qualification,
retirement plan or statutory requirements.
Contractor warrants it will fully comply with the policy and will defend , indemnify and hold City
harmless against any claims or allegations asserted by third parties or subcontractor against City
arising out of Contractor's and/or its subcontractors' alleged failure to comply with the above
referenced Policy concerning age discrimination in the performance of this agreement.
10 . DISABILITY: In accordance with the provisions of the Americans With Disabilities Act of 1990
("ADA"), Contractor warrants that it and any and all of its subcontractors will not unlawfully
discriminate on the basis of disability in the provision of services to the general public, nor in the
availability, terms and/or conditions of employment for applicants for employment with , or employees
of Contractor or any of its subcontractors . Contractor warrants it will fully comply with AD A's
provisions and any other applicable federal , state and local laws concerning disability and will
defend, indemnify and hold City harmless against any claims or allegations asserted by third parties
or subcontractors against City arising out of Contractor's and/or its subcontractors' alleged failure to
comply with the above referenced laws concerning disability discrimination in the performance of this
agreement.
11. MINORITY AND WOMEN BUSINESS ENTERPRISES: In accord with City of Fort Worth
Ordinance No. 15530, the City of Fort Worth has goals for the participation of minority business
enterprises and women business enterprises in City contracts . A copy of the Ordinance can be
obtained from the Office of the City Secretary. The bidder shall submit the MBE/WBE
UTILIZATION FORM, SUBCONTRACTOR/SUPPLIER UTILIZATION FORM, PRIME
CONTRACTOR WAIVER FORM and/or the GOOD FAITH EFFORT FORM ("with
Documentation ") and/or the JOINT VENTURE FORM as appropriate . The Documentation must be
received by the managing department no later than 5:00 p.m., five (5) City business days after the bid
opening date. The bidder shall obtain a .receipt from the appropriate employee of the managing
department to whom delivery was made. Such receipt shall be evidence that the documentation was
received by the City. Failure to comply shall render the bid non-responsive .
Upon request, Contractor agrees to provide the Owner complete and accurate information regarding
actual work performed by a Minority Business Enterprise (MBE) and/or women business enterprise
(WBE) on the contract and payment thereof. Contractor further agrees to permit any audit and/or
examination of any books, records or files in its possession that will substantiate the actual work
performed by an MBE and/or WBE . The misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud by the Contractor will be grounds for termination of
the contract and/or initiating action under appropriate Federal , State or local Jaws or ordinances
relating to false statements . Further, any such misrepresentation of facts (other than a negligent
misrepresentation) and/or commission of fraud will result in the Contractor being determined to be
irresponsible and barred from participating in City work for a period of time ofnot less than three (3)
years .
12. FINAL PAYMENT. ACCEPTANCE AND WARRANTY:
a . The contractor will receive full payment (less retainage) from the city for each pay period.
09 /10/04 3
b. Payment of the retainage will be included with the final payment after acceptance of the project
as being complete .
c. The project shall be deemed complete and accepted by the City as of the date the final punch list
has been completed, as evidenced by a written statement signed by the contractor and the City.
d . The warranty period shall begin as of the date that the final punch list has been completed .
e . Bills Paid Affidavit and Consent of Surety shall be required prior to final payment becoming due
and payable.
f. In the event that the Bills Paid Affidavit and Consent of Surety have been delivered to the city
and there is a dispute regarding (i) final quantities, or (ii) liquidated damages , city shall make a
progress payment in the amount that city deems due and payable.
g. In the event of a dispute regarding either final quantities or liquidated damages , the parties shall
attempt to resolve the differences within 30 calendar days.
09 /10/04 4
SPECIAL INSTRUCTION TO BIDDERS
(TRANSPORTATION AND PUBLIC WORKS)
1) BID SECURITY: Cashier's check or an acceptable bidder's bond payable to the City of Fort Worth , in
an amount of not less than five percent (5%) of the total of the bid submitted must accompany the bid,
and is subject to forfeit in the event the successful bidder fails to execute the contract documents
within ten (10) days after the contract has been awarded.
To be an acceptable surety on the bid bond, the surety must be authorized to do business in the state of
Texas. In addition, the surety must
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 s ucce ssful 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 acceptab le 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 proof required herein .
The City will accept no sureties who are in default or delinquent on any bonds or who have
an interest in any litigation against the City. Should any surety on the contract be
determined unsatisfactory at any time by the City, notice will be given to the contractor to that
effect and the contractor shall immediately provide a new surety satisfactory to the City .
If the contract amount is in excess of $25 ,000, a Payment B ond shall be executed, in the amount
of the contract, solely for th e 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 Bidd ers -Paving and Drainage
PMO Offi ci al Release Date : 12.21 .2010
Page 1 of 9
All contract s shall require a maintenance bond in the amount of one hundred percent (100%) of the
original contract amount to guarantee the work for a period of two (2) years after the date
of acceptance of the project from defects in workmanship and/or material.
3) LIQUIDATED DAMAGES: The Contractor's attention is called to Part 1, Item 8, paragraph 8 .6, of
the "General Provisions" of the Standard Sp ecification s f or St reet and Storm Drain Con s truc tion of the
City of Fort Worth , Texas, concerning liquidated damages for late completion of projects.
4) AMBIGillTY: In ca se 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 compl y 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 Specification s for Street and Storm Drain Construction
is deleted and replaced with the following :
a) The contractor shall comply with all requirements of Chapter 2258 , Texas Government Code,
including the payment of not less than the rates determined by the City Council of the City of Fort
Worth to be the prevailing wage rates in accordance with Chapter 2258 , Texas Government Code .
Such preva iling wage rates are included in these contract documents.
b) The contractor shall , for a period of three (3) years following the date of acceptance of the work ,
maintain records that show
1) the name and occupation of each worker employed by the contractor in the construction of
the work provided for in this contract ; and
2) the actual per diem wages paid to each worker. These records shall be open at all reasonable
hours for inspection by the City. The provisions of the special provision titled "Right to
Audit" pertain to this inspection .
c) The contractor shall include in its subcontracts and/or shall otherwise require all of it s
subcontractors to comply with paragraphs a) and b) above .
d) With each partial payment estimate or payroll period, whichever is less , an affidavit stating that the
contractor has complied with the requirements of Chapter 2258 , Texas Government Code .
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 if required for use by the CITY OF FORT WORTH in determining
the successful bidder. Thi s statement, if required, is to be prepared by an independent Public Accountant
holding a valid permit is sued by an appropriate State Licensing Agency.
City of Fort Worth , Texas
Special Instru ction to Bidders -Paving and Drainage
PMO Offi cial Release Date : 12.2 1.2010
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 perso n , $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 ofrecovery 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 .
I) 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 -Pa ving and Dra inag e
PMO Official Release Date : 12 .21 .2010
Page 3 of9
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 FORM , PRIME CONTRACTOR WAIVER FORM, and /or the
GOOD FAITH EFFORT FORM ("with Documentation") and/or the JOINT VENTURE
FORM as appropriate . The Documentation must be received by the managing department no
later than 5:00 p .m., five (5) City business days after the bid opening date . The bidder shall
obtain a receipt from the appropriate employee of the managing department to whom
delivery was made . Such receipt shall be evidence that the documentation was received by
the City . Failure to comply sha ll render the bid non-responsive .
Upon request, Contractor agrees to provide the Owner complete an d accurate information
regarding actual work performed by a minority business enterprise (MBE) and/or women
business enterprise (WBE) on the contract and payment thereof. Contractor further agrees to permit
any audit and/or examination of any books , records or files in its possession that will
substantiate the actual work performed by an MBE and/or WBE . The misrepresentation of
facts ( other than a negligent misrepresentation) and/or commission of fraud by the Contractor
will be grounds for termination of the contract and /or initiating action under appropriate
Federal, State or local laws or ordinances relating to false statements. Further, any such
misrepresentation facts ( other than a negligent misrepresentation) and/or commission of fraud
will result in the Contractor being determined to be irresponsible and barred from participating in
City work for a period of time of not less that three (3) years .
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12 .21 .2010
Page 4 of 9
Rev 3-13-09
12) AWARD OF CONTRACT: Contract will be awarded to the lowest responsive bidder. The City
reserves the right to reject any and/or all bids and waive any and/or all irregularities . No bid may be
withdrawn until the expiration of ninety (90) days from the date the M/WBE UTILIZATION FORM,
PRIME CONTRACTOR WAIVER FORM, GOOD FAITH EFFO RT 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) Definition s:
Certain of coverage ("certificate"). A copy of a certificate of insurance, a certificate of
authority to self-insure issued by the commission, or a coverage agreement (TWCC-81 ,
TWCC-82, TWCC-83 , or TWCC-84), showing statutory worker's compensation insurance
coverage for the person's or entity's employees providing services on a project, for the duration
of the project.
Duration of the project-includes the time from the beginning of the work on the project until
the contractor's/person's work on the project has been completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in §406.096)-includes all persons or
entities performing all or part of the services the contractor has undertaken to perform on the
project, regardless of whether that person contracted directly with the contractor and regardless
of whether that person has employees. This includes, without limitation , independent
contractors, subcontractors , leasing companies , motor carriers, owner-operators, employees of
any such entity , or employees of any entity which furnishes persons to provide services on the
project. "Services" include, without limitation , providing, hauling , or deli vering 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
supp ly 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 Offi cial 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 goyernmental entity:
a) a certificate of coverage, prior to that person beginning work on the project, so the
governmental entity will have on file certificates of coverage showing coverage for all
persons providing services on the project; and
b) no later than seven days after receipt by the contractor, a new certificate of coverage
showing extension of coverage, if the coverage period shown on the current certificate of
coverage ends during the duration of the project.
6) The contractor shall retain all required certificates of coverage for the duration of the project
and for one year thereafter
7) The contractor shall notify the governmental entity in writing by certified mail or personal
delivery, within ten (10) days after the contractor knew or shoul d 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) provi de coverage, based on proper reporting on classification codes and payroll amounts
and filing of any coverage agreements, which meets the statutory requirements of Texas
labor Code, Section 401.011 ( 44) for all of its employees providing services on the
project, for the duration of the project ;
b) provide to the contractor, prior to that person beginning work on the project, a certificate
of coverage showing that coverage is being provided for all employees of the person
providing services on the project, for the duration of the project;
c) provide the contractor, prior to the end of the coverage period, a new certificate of
coverage showing extension of coverage, if the coverage period shown on the current
certificate of coverage ends during the duration of the project;
d) obtain from each other person with whom it contracts, and provide to the contractor :
Ctty of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date : 12 .21 .2010
Page 6 of 9
Rev 3-13-09
1) a certificate of co verage, prior to the other person beginning work on the project ; and
2) a new certificate of coverage showing extension of co verage, prior to the end of the
coverage period , if the coverage period shown on the current certificate of coverage
end s 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
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 .
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 Re lease Date : 12.21 .2010
Page 7 of 9
16) NON DISCRIMINATION: The contractor shall not ruscriminate 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 Orrunance 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 an y of its officers , members , agents, or
employees, will engage in performing this contract, shall , in connection with the employment,
advancement or ruscharge 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 full y 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) DI SCRIMINATION DUE TO DISABILITY: In accordance with the provisions of the Americans with
Disabilities Act of 1990 ("ADA"), Contractor warrants that it will not unlawfully discriminate on the
basis of disability in the provision of services to the general public, nor in the availability , terms and/or
conditions of employment for applicants for employment with , or current employees of Contractor.
Contractor warrants it will fully comply with ADA's provisions and any other applicable federal state
and local laws concerning disability and will defend indemnify and hold City harmless against any
claims or allegations asserted by third parties against City arising out of Contractor's alleged failure to
comply with the above-referenced laws concerning disability discrimination in the performance of this
Contract.
19) PROGRESS PAYMENTS,FINALPAYMENT, PROJECT ACCEPTANCE AND 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 fmal 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 li st 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 Con sent of Surety shall be required prior to fmal payment becoming d1,1e and
payable.
Crty of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12.21 .2010
Page 8 of9
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 financial 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 financial statement required shall have been compiled by an independent certified public
accountant or an independent public accountant holding a valid permit issued by an appropriate
State licensing agency and shall have been so prepared as to reflect the financial status to the
submitting company. This statement must be current and not more than one (I) year old . In
the case that a bidding date falls within the time a new statement is being prepared , the previous
statement shall be updated with proper verification.
b) For an experience record to be considered to be acceptable for a given project, it must reflect the
experience of the firm seeking qualification in work of both the same nature and technical level
as that of the project for which bids are to be received .
c) The Director of the Transportation and Public Works Department shall be the sole judge as to the
level of project a Contractor is qualified to bid based upon a review of the information submitted.
d) The City, at its sole discretion , may reject any bid for failure by the Contractor to demonstrate
acceptable experience, expertise or financial wherewithal to perform the work included in the
project.
e) Any proposals submitted by a non-prequalified bidder shall be returned unopened, and if
inadvertently opened, shall not be considered
f) The City will attempt to notify prospective bidders whose qualifications (financial or experience)
are not deemed to be suitable for the nature and/or magnitude of the project on which bids are to
be received. Failure to notify shall not be a waiver of any necessary prequalification.
g) Any contractor who becomes qualified and remains in good standing with the City will not be
required to submit for re-qualification for 2 years from the date of having last being qualified . Re-
qualification procedures are included in the PREQUALIFICATION REQUIREMENTS FOR
PA YING CONTRACTORS document.
City of Fort Worth , Texas
Special Instruction to Bidders -Paving and Drainage
PMO Official Release Date: 12 .21 .2010
Page 9 of9
Section 3.0
MWBE Documentation
FORT WORTH
"-,-.•. ---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 $25,000 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 a licable .
POLICY STATEMENT
i
It is the policy of the City of Fort Worth to ensure the full and equitable part icipation by Minority and Women Business
Enterprises (M/WBE) in the procurement of all goods and services to the City on a contractual basis . All requ irements
and regulations stated in the C ity's current Minority and Women Business Enterprise Ordinance apply to this bid .
M/WBE PROJECT GOALS
The City's M/WBE goal on this project is ____ 18 __ % of the total bid (Base bid applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On C ity contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following:
1. Meet or exceed the above stated M/WBE goal, or
2. Good Faith Effort documentation, or;
3. Waiver documentation , or; ,.) -14 -' I . ,
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
The applicable documents must be received by the Managing Department , within the following times allocated , in order
for the entire bid to be cons idered res onsive to the specifications . he Offeror shall deliver the MWBE document~tion
n person to the appropriate employee of the m~{laging department and obtain a date/time receipt. Such recei t shal
e id nee t the I eceived the ocumentation in th time allocated. A faxed co ~ Ill not e a t
1. Subcontractor Utilization Form , if goal is received by 5:00 p.m ., five (5) City business days after the bid
met or exceeded : opening date , exclus ive of the bid opening date .
2. Good Faith Effort and Subcontractor received by 5 :00 p .m ., five (5) City bus iness days after the bid
Utilization Form , if participation is less than opening date, exclusive of the bid opening date.
stated goal :
3. Good Faith Effort and Subcontractor received by 5:00 p.m., five (5) City business days after the bid
Utilization Form , if no M/WBE participation : openinQ 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 subcontractinQ/supplier work : open inQ date , exclus ive of the bid openinQ 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. openinQ date, exclus ive of the bid open inq date .
FAILURE TO COMPLY WITH THE CITY'S M/WBE ORDINANCE, WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev . 11 /1/05
PRIME COMPANY NAME:
Loncd_ser
PROJECT NAME:
City 's M/WBE Project Goal:
i %
City of Fort Worth
Subcontractors/Suppliers Utilization Form
ATIACHMENT 1A
Page 1 of 4
Check applicable block to describe prime
M/W/DBE NON-M/W/DBE
BID DATE
I I
Prime's M/WBE Project Utilization:
I . '3 %
Identify all subcontractors/suppliers you will use on this project
Failure to complete this form, in its entirety with requested documentation, and received by the Managing
Department on or before 5 :00 p .m. five (5) City business days after bid opening, exclusive of bid opening date ,
will result in the bid being considered non-responsive to bid specifications.
The undersigned Offeror agrees to enter into a formal agreement with the M/WBE firm(s) listed in this
utilization schedule, conditioned upon execution of a contract with the City of Fort Worth . The intentional
and/or knowing misrepresentation of facts is grounds for consideration of disqualification and will result in the
bid being considered non-responsive to bid specifications
M/WBEs listed toward meeting the project goal must be located in the nine (9) county marketplace or
currently doing business in the marketplace at the time of bid. Marketplace is the geographic area of Tarrant ,
Parker , Johnson , Collin, Dallas , Denton, Ellis , Kaufman and Rockwall counties .
Identify each Tier level. Tier is the level of subcontracting below the prime contractor, i.e ., a direct
payment from the prime contractor to a subcontractor is considered 1st tier, a payment by a subcontractor to
its supplier is considered 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 by the M/WBE as outlined in the lease aQreement.
Jl -1,-, I : -~
Rev . 5/30/03
fORTWORTH --..,..--
ATIACHMENT 1A
Page 2 of 4
Primes are required to identify ALL subcontractors/sup pliers , 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
Address e M w C X M Subcontracting Work Supplies Purchased Dollar Amount
Telephone/Fax B B T D w r R 0 B E E C T E
A
ROBERT GRANADOS TRUCKING
-r f 1.HX,;:?~
r\0.1.,d O ~ ~ I0-3, goD. 00
5412 Kings iin k C ircle 'Su'<~lu~ Fort Worth, Texas 76135 I ii (817) 237-3520
(!o" vr ,e. +( .... 1 ~ <o '7 oo. oO ~ j .ltf, J(. ' COWTOWN R ED I-MIX
PO Box I 62327 I ti" ,/
Fort Worth, Texas 76 16 1
v (817)759-1919 f (8 I 7) 759-1716
,-~~,C, 4L/Jooo,00
u>Y1··hV\ Roadru nn e r Traffic Su pply, Inc.
3200 Marquita Drive I i/ V 'StAf~\; e~
Fort Worth, Texas 76 116
ph one: 8 I 7-2 44-0305
fax: 8 17 -244-4819
~ u -e,,-1 q; 3P ,Cf)().CXJ
SUN COAST RESOURCES I NC.
Teri Bateman
PO Box 97232 I I v' Dallas, Texas 75397
V (800)677 -3835 x655
HD SU PPLY WATERWORKS, Ltd.
--:Pif>e ,:p; pe,
$ A t5coc;x) .I ~1 # i le; 'T PO Box 840700
Dall as, Texas 75284 I IV~~ (817) 595-0580
RINKE R MATERIALS I :P,, p~ ,-::\\~Q.
f n lDJ~oo.d' P,\li~c, d" PO Box 730197 I D a llas, Texas 75373 -0197 q.,,\\}Qj (817) 491-4321
Rev . 5/30/03
J 1-· ~ -1 c) I : _, ") v
fORTWOR TH
~
Total Dollar Amount of M/WBE Subcontractors/Suppliers $
Total Dollar Amount of Non-M/WBE Subcontractors/Suppliers $
ATIACHMENT 1A
Page 4 of 4
) l.o4, ~OD·
00
.
/g? 'JDD ·oO
I
TOTAL DOLLAR AMOUNT OF ALL SUBCONTRACTORS/SUPPLIERS $ 3 /pO
I
J...t)D . o0
The Contractor will not make additions, deletions , or substitutions to this certified list without the prior approval
of the Minority and Women Business Enterprise Office Manager or designee through the submittal of a
Request for Approval of Change/Addition . Any unjustified change or deletion shall be a material breach of
contract and may result in debarment in accord with the procedures outlined in the ordinance . The contractor
shall submit a detailed explanation of how the requested change/addition or deletion will affect the committed
M/WBE goal. If the detail explanation is not submitted , it will affect the final compliance determination .
By affix ing 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 term inating the contract or debarment
from City work for a period of not less than three (3) years and for in it iating action under Federal , State or
Local laws concerning false statements . Any fai lure to comp ly with this ordinance and create a material
breach of contract may result in a determination of an irrespons ible Offerer and barred from participating in
City work for a period of time not less than one (1) year .
Printed Sigature
~
CE'Jr:'p;:)$~ r ~ <&-t NPt t tzo ,)( 1 LP
Company Name
~~me/Title (if differe ~ ~
<Zn ~534 .-l]Lf ?:> 8:lJ :5~u "4 65/p
Telephone and/or Fax
.P. O, ~ t t:;u y,8 ' W,g1~ls~ CQ~se r. l!Jm Address
foa-. WeAJ~) l -C ~ =1i, t A
City /State/Zip
v/-..,-, r',/:.J?vu
Re v . 5/30/03
FORT WORTH
. --, . ,.-" .
City's M/WBE Project Goal : I z-010
City of Fort Worth
Good Faith Effort Form
ATIACHMENT 1C
Page 1 of 3
Check applicable block to describe
BID DATE {)JI
If you have failed to secure M/WBE participation and you have subcontracting and/or supplier opportunities or if your
DBE participation is less than the City's project goal, you must complete this fonn.
If the bidder's method of compliance with the M/WBE goal is based upon demonstration of a
"good faith effort", the bidder will have the burden of correctly and accurately preparing and
submitting the documentation required by the City. Compliance with each item, 1 thru 6 below,
shall satisfy the Good Faith Effort requirement absent proof of fraud, intentional and/or knowing
misrepresentation the facts or intentional discrimination by the bidder.
Failure to complete this form, in its entirety with supporting documentation, and received by the
Managing Department on or before 5:00 p.m. five (5) City business days after bid opening, exclusive of
bid opening date, will result in the bid being considered non-responsive to bid specifications.
1.) Please list each and every subcontracting and/or supplier 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
2nd tier.
(Use additional sheets, if necessary)
List of Subcontracting Opportunities List of Supplier Opportunities
v/-,..-j P"]:), Jvl
Rev. 05/30/03
ATTACHMENT 1C
Page 2 of 3
2.) Obtain a current (not more than three (3) months old from the bid open date) list of M/WBE
subcontractors and/or suppliers from the City's M/WBE Office.
/ves Date of Listing ~t ;30 t I I
__ No
3.) Did you solicit bids from M/WBE firms , within the subcontracting and/or supplier areas previously
listed, at least ten calendar days prior to bid opening by mail , exclusive of the day the bids are
opened?
~ Yes (If yes, attach M/WBE mail listing to i nclude 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 !!!!ill! of M/WBE firm, person contacted , phone number and date and time of contact.)
__ No
NOTE : A facsimile may be used to comply with either 3 or 4, but may not be used for both. If a facsimile
is used, attach the fax confirmation, which is to provide M/WBE name , date, time, fax number and
documentation faxed.
NOTE: If the list of M/WBEs for a particular subcontracting/supplier opportunity is ten (10) or less, the
bidder must contact the entire list to be in compliance with questions 3 and 4. If the list of M/WBEs for a
particular subcontracting/supplier opportunity is ten (10) or more, the bidder must contact at least two-
thirds (2/3) of the list within such area of opportunity, but not less than ten to be In compliance with
questions 3 and 4.
5.) Did you provide plans and specifications to potential M/WBEs or information regarding the location of
./
lans and specifications in order to assist the M/WBEs?
__ Yes
__ No
6.) Submit documentation if M/WBE quotes were rejected . The documentation submitted should be in
the forms of an affidavit, include a detailed explanation of why the 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 Rejection
~ j O O a.--brn.J j ,of H<DJ 'd-a/1
1-" '-' -~ I
7 --I I • ~ Rev. 05/30/03
ADDITIONAL INFORMATION:
ATIACHMENT 1C
Page 3 of 3
Please provide additional information you feel will further explain your good and honest efforts to obtain
M/WBE participation on this project.
The bidder further agrees to provide, directly to the City upon request, complete and
accurate information regarding actual work performed on this contract, the payment
thereof and any proposed changes to the original arrangements submitted with this bid.
The bidder also agrees to allow an audit and/or examination of any books, records and
files held by their company that will substantiate the actual work performed on this
contract, by an authorized officer or employee of the City.
Any intentional and/or knowing misrepresentation of facts will be grounds for
terminating the contract or debarment from City work for a period of not less than three
(3) years and for initiating action under Federal, State or Local laws concerning false
statements. Any failure to comply with this ordinance and creates a material breach of
contract may result in a determination of an irresponsible offeror and barred from
participating in City work for a period of time not less than one (1) year.
The undersigned certifies that the information provided and the M/WBE(s) listed
was/were contacted in good faith. It is understood that any M/WBE(s) listed in
Attachment 1C will be contacted and the reasons for not using them will'be verified by
the City's B Offi
Printed Sigature
Slw~
~tie
e:oo.:!SD fu-tru de' QY) ~ L f
Company Name
Contact Name and Title (if different)
'3n-63t1A 7L-t':l R1 J-5:'3<.J-L.JSs-6
Phone Number Fax Number
Po. ~ ,suyg I
~Q Y('d (2__ Cl)()adG~c cM
ii Add ss Address
~fb Wn<vY\ 06"1~1 P7
City/State/Zip Date ( 1
-4 -Rev. 05/30/03
Section 4.0
Bid Package
TO: The Purchasing Department
City of Fort Worth, Texas
PROPOSAL
FOR: Storm Water Utilities-Milam Storm Drain Improvements
City Project No .: 00482
UNITS/SECTIONS:
UNIT 1 -Storm Water
Fort Worth, Texas
7/14/2011
Pursuant to the foregoing "Notice to Bidders," the undersigned has examined the plans ,
specifications and the site, understands the amount of work to be done, and hereby
proposes to do all the work and furnish all labor, equipment, and materials necessary to
fully complete all the work as provided in the plans and specifications, and subject to
the inspection and approval of the Director, Water Department of the City of Fort
Worth . lfrequired by this project, Contractor must be pre-qualified in accordance with
the projects sponsoring Departments of the City of Fort Worth requirements . Upon
acceptance of this Proposal by the City Council and required by this project, the bidder
is bound to execute a contract and furnish Performance , Maintenance Bond for the
water replacement contract only , and Payment Bond approved by the City of Fort Worth
for performing and completing said work within the time stated for the following sums ,
to wit:
Total quantities given in the bid proposal may not reflect actual quantities, by represent
the best accuracy based on a reasonable effort of investigation; however, they are given
for the purpose of bidding on and awarding the contract.
Special Note : All contractors_are advised that one contract will be awarded to the
lowest combined bid for all Units/Sections .
City of Fort Worth Project Manager: CHAD SIMM ONS, P.E.
Project 00482 -STORM WATER UTILITIES, MILAM STORM DRAIN IMPROVEMENTS
UniUSection: UNIT 1 -Storm Water
Date
City Project#
Your Vendor Number
Your Company Name
Bid Items
Line Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
21
22
23
24
26
27
28
29
30
31
32
33
21 140
61 17120 11
482
Co nat ser Constru ction TX , LP
CPMS Record Number
BID-00080
BID-00082
BID-00083
BID-00085
BID-00086
BID-00087
BID-00100
BID-00101
BID-00102
BID-00106
BID-00108
BID-00115
BID-00116
BID-00121
BID-00121
BID-00137
BID-00181
BID-00201
BID-00202
BID-00215
BID-00217
BID-00218
BID-00332
BID-00414
BID-00442
BID-00443
BID-00444
BID-00447
BID-00454
BID-00473
Material
ServiceCS
Concrete
Concrete
Concrete
Concrete
Concrete
ServiceCS
ServiceCS
ServiceCS
Concrete
Concrete
Concrete
ServiceCS
Other
Other
Veqetation
ServiceCS
ServiceCS
ServiceCS
Concrete
ServiceCS
Other
PVC
ServiceCS
Asphalt
Asohalt
Asphalt
Asohalt
ServiceCS
Concrete
Contractor Instructions:
FIii in green cells with your CFW Vendor ID, your Company Name and your bid amounts.
When your bid is complete, save and close, start Buzzsaw and Add your proposal to the
folder with your Company Name within project's Bid Responses folders .
Description
Pioe -Remove
Pioe-24 Inch-CL Ill -Install
Pipe-30 Inch-CL Ill -Install
Pioe-36 Inch-CL Ill -Install
Pioe-42 Inch-CL Ill -Install
Pipe-48 Inch-CL Ill -Install
Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP -Install
Unclassified Trench Excavation & Backfill -Install
Inlet -Remove
lnlet-lnline-1 O Ft -Install (lncludinq local deoression and adjacent curb & qutter re
lnlet-lnline-20 Ft -Install Oncludina local depression and adiacent curb & autter re
Manhole -Install
Manhole -Remove
Miscellaneous -Install (Concrete Collar)
Miscellaneous -Install (Trench Safety-per linear foot)
Grass-Sod -Install
Traffic Control -Install
lnsoection-Post Construction Cleaninq & TV -Studv
lnspection-Preconstruction Cleaning & TV -Study
Manhole-Std 5 Ft Diam-(to 6 Ft Deothl -Install
Manhole-Vacuum Test -Services
Manhole-Watertiqht Insert -Install
Pipe-Sewer-8 Inch (All Depths) -Install
Utilitv Adjustment -Reoair
Pavement-2 Inch HMAC on 6 Inch Fle x Base-Temporary -Install
Pavement-2 Inch Min HMAC on 2/27 Concrete Base -Install
Pavement-2 Inch Min HMAC Replacement on Existing Base -Install
Pavement-2 Inch-Surface Course-Tvoe D Mi x -Install
Pavement-8 Inch-Pulverization -Rehab
Pavement-Valley Gutter -Install
\
Your
Unit of Unit
Measure Quantity Price Your Bid
Linear Foot 2818 .00 $6 .00 $16 ,908.00
Linear Foot 450.00 $50.00 $22 ,500 .00
Linear Foot 342 .00 $70 .00 $23,940.00
Linear Foot 94 .00 $86.00 $8,084 .00
Linear Foot 512 .00 $11 5.00 $58,880 .00
Linear Foot 939.00 $125.00 $117,375.00
Lump Sum 1.00 $2 ,000.00 $2,000.00
Cubic Yard 3658 .00 $3 .00 $10,974.00
Each 10 .00 $1 ,000.00 $10,000.00
Each 14 .00 $2 ,200.00 $30,800.00
Each 8 .00 $4 ,000.00 $32,000.00
Each 6.00 $3 ,500.00 $21,000.00
Each 6.00 $1,000.00 $6,000.00
Each 6 .00 $500.00 $3 ,000.00
Each 2976.00 $2 .00 $5,952.00
Square Yard 1040.00 $4 .00 $4 ,160.00
Lump Sum 1.00 $15,000.00 $15,000 .00
Linear Foot 67 .00 $6.00 $402 .00
Linear Foot 67 .00 $8 .00 $536.00
Each 2 .00 $3,000.00 $6,000.00
Each 2 .00 $100.00 $200.00
Each 2 .00 $50.00 $100.00
Linear Foot 67 .00 $40 .00 $2,680 .00
Lumo Sum 1.00 $1 0 ,000.00 $10,000.00
Square Foot 18552 .00 $2 .25 $41,742 .00
Sauare Foot 4203.00 $7.50 $31,522.50
Square Foot 2141.00 $3 .00 $6,423.00
Square Yard 5590 .00 $9.00 $50,310 .00
Square Yard 5590 .00 $4 .50 $25 ,155.00
Square Yard 330 .00 $60.00 $19,800.00
.,
Bid Items
Your
Unit of Unit
Line Number CPMS Record Number Material Description Measure Quantity Price Your Bid
34 B1D·00474 ServiceCS Pavement·Vallev Gutter -Remove Sauare Yard 232 .00 $10.00 $2.320.00
35 B1D·00504 Steel Sign·Project Designation -Install Each 2 .00 $350.00 $700 .00
36 B1D·00543 Soil Fill Material·Borrow -Install Cubic Yard 100 .00 $2 .00 $200.00
37 B1D·00544 Cement Fill Material·Flowable Fill -Install Cubic Yard 24.00 $75.00 $1,800 .00
38 B1D·00568 Iron Pioe Fittinas· < Than 16 Inch DI Pioe -In stall Ton 7.00 $3 ,000.00 $21 ,000.00
39 B1D·00616 PVC Pipe·Pressure·6 Inch -Install Linear Foot 15.00 $38.00 $570.00
40A B1D ·00617 Iron Pioe·Pressure·8 Inch -Install Linear Foot 767 .00 $68.00 $52,156.00
408 B1D·00618 PVC Pipe·Pressure·8 Inch -Install Linear Foot 374 .00 $45 .00 $16,830 .00
42 B1D·00745 Iron Valve·6 lnch·Gate Valve w/Bo x -Install Each 3 .00 $900.00 $2,700 .00
43 B1D·00749 Iron Valve·8 lnch·Gate Valve w/Box -Install Each 10.00 $1,000.00 $10,000.00
44 B1D·00768 Steel Water Service·2 lnch·Temoorarv -Install Lumo Sum 1.00 $3 ,000.00 $3,000 .00
45 B1D·00837 Concrete Concrete·Tvpe B -Install Cubic Yard 20 .00 $5 .00 $100 .00
46 B1D·00839 Concrete Concrete·Tvoe E -Install Cub ic Yard 20 .00 $5 .00 $100 .00
47 B1D·00847 ServiceCS Valve Box·Adjustment -Services Each 8 .00 $50 .00 $400 .00
48 B1D·00849 ServiceCS Manhole·Adiustment -Services Each 13.00 $400.00 $5,200.00
49 B1D·00884 Concrete Box Culvert·? Ft x 4 Ft -Install Linear Foot 269.00 $285.00 $76,665.00
50 B1D·00919 Concrete Pioe·54 lnch·Class Ill -Install Linear Foot 369 .00 $165.00 $60,885.00
51 B1D·01120 Cement Pavement·Cement Modification·26 lb/sy -Install Ton 75 .00 $200.00 $15,000.00
52 B1D·01287 Concrete Junction Box -Install Cubic Yard 10.00 $650.00 $6,500.00
Total Bid This Unit $859,569.50
•
Within ten (10) days after notification by the City of Fort Worth, the undersigned will execute the
formal contract and will deliver an approved Surety Bond and such other bonds as required by the
Contract Documents, for the faithful performance of the Contract. The attached bid security in the
amount of 5% is to become the property of the City of Fort Worth, Texas, in the event the contract and
bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for
the delay and additional work caused thereby.
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects , and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant plans .
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors, or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No. 7400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within 240 calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Check One Box and complete, as applicable)
D The principal place of business of our company is in the State of
a . Nonresident bidders in the State of , our principal place of business , are
required to be percent lower than resident bidders by state law. A copy of
the statute is attached.
b . Nonresident bidders in the State of , our principal place of business, are not
required to underbid resident bidders .
,.
.8J. The principal place of business of our company or our parent company or majority owner
is in the State of Texas.
Receipt is acknowledged of the following
addenda:
Addendum No. 1 :ii
Addendum No. 2:
Addendum No. 3:
Addendum No. 4 :
Addendum No . 5:
Addendum No . 6 :
\II ( I ' >I ~
Q.o'f'A"\S('r , P<QS;<.\ew'\'\'
Company: CorA-\!:.e r Con~uc..,t I i>Y"'I -r.>< 1 LP
Address: P-0. CO~ \':>C4yi ,
~O'(~ UJO{'*-v\, \)(
Date : 0 '11 I 4 I c}O\\
.,
..
VENDOR COMPLIANCE TO STATE LAW
The 1985 Session of the Texas Legislature passed House Bill 620 relat ive 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 serv ices 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 bidde r
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 nonres ident bidders in orde r for your bid to meet
specifications . The failure of out-of-state or nonresident contractors to do so will
automatically disqualify that bidder . Resident bidders must check the box in
Section B.
(Check On e B ox a nd co mpl ete , as a ppli cabl e)
D T he princ ip a l pl ace of busi ness of o ur co m pany is in th e State of
BIDDER :
By :
Titl
a. Nonresi d ent bidd e rs in th e Stat e of , o ur pri nc ipa l pl ace of
bu s in ess , are requi re d to be perce nt lowe r tha n resi d ent
b idd ers by st ate law . A co py o f th e statute is att ac hed .
b. Nonres id ent bidd er s in th e State of , o ur prin c ip a l place of
bu s in ess, are not required t o und erbid res id e nt bidd ers.
T he prin c ip a l pl ace of bu s in ess of o ur co mp a ny or o ur pare nt co mp any
o r maj o ri ty owne r is in the State f Texas .
Compan y: Qc'r'CI.-\S--f>Y--CoY'IS"t\'Lt.ct; OY'l -r)(, r...,.P
Address : f>.o. 'W \Sl..lL{g
K>-4 Wt}(,t;h :f x --iv 119
D ate: 01 / ILj / .;)_O\ I
THIS FORM MUST BE RETURNED WITH YOUR QUOTATION
' .
LIST OF CI/DI FITTINGS
For Project: MILAM STORM DRAIN IMPROVEMENTS
CITY PROJECT NO. 00482
ADD OR SUBTRACT FOR THE FOLLOWING INCLUDING -------
INSTALLATION.
TYPE SIZE QT Y WEIGHT T OT AL WT
Tee 8"x 6" 3 Joo Coo -
Cross 8"x 8" 3 4-o o /?06
Reducer 8"x 6" 12 '2. 00 !?, t.f-00
MJ Solid Sleeve 6" 12 2 00 ') l(;OO
MJ Solid Sleeve 8" 7 -::?~O 21 () O -
45 Degree Bend 8" 58 !:foo j J-;_oD
45 Degree Bend 6" 1 Joo ._?OG
COST
nc:,
/20tJ
.. r
2 t.f t>o -
oC
lf 5'()/) -
"' 4 fao::.--
r;(
Lf-Z{7tJ -
nO
4t tf <>b-
~ 6() () v-
Contractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible
for correct quantity total of all fittings and specials .
' . ' fl
PRE-QUALIFIED SUB-CONTRACTOR LIST
SUB-CONTRACTOR Indicate Detail Company Name Unit(s)/Section(s) Subcontracting Address Working Work Teleohone/Fax
-
-
Section 5.0
-General and Special Conditions
Cl-1
Cl-1.1
Cl-1.2
Cl-1.3
Cl-1.4
Cl-1.5
Cl-1.6
Cl-l.7
Cl-1.8
Cl-1.9
Cl-1.10
Cl-1.11
Cl-1.12
Cl-1.13
Cl-1.14
Cl-1.15
Cl-1.16
Cl-1.17
Cl-1.18
Cl-1.19
Cl-1.20
Cl-1.21
Cl-1.22
Cl-1.23
Cl-1.24
Cl-1.25
Cl-1.26
Cl-1.27
Cl-1.28
Cl-1.29
Cl-1.30
Cl-1.31
Cl-1.32
PART C -GENERAL CONDITIONS
TABLE OF CONTENTS
MAY 5, 2011
TABLE OF CONTENTS
DEFINITIONS Cl-1 (1)
Definition of Terms Cl-1 (1)
Contract Documents Cl-1 (2)
Notice to Bidders Cl-1 (2)
Proposal Cl-I (2)
Bidder Cl-I (2)
General Conditions Cl-1 (2)
Special Conditions Cl-1 (2)
Specifications Cl-I (2)
Bond s Cl-1 (2)
Contract Cl-1 (3)
Plans Cl-1 (3)
City Cl-1 (3)
City Council Cl-1 (3)
Mayor Cl-1 (3)
City Manager Cl-1 (3)
City Attorney Cl-1 (3)
Director of Public Works Cl-1 (3)
Director, City Water Department Cl-1 (3)
Engineer Cl-1 (3)
Contractor Cl-1 (3)
Sureties Cl-1 (4)
The Work or Project Cl-1 (4)
Working Day Cl-1 (4)
Calendar Days Cl-1 (4)
Legal Holidays Cl-1 (4)
Abbreviations Cl-1 (4)
Change Order Cl-1 (5)
Paved Streets and Alleys Cl-1 (5)
Unpaved Streets or Alleys Cl-1 (6)
City Street Cl-1 (6)
Roadway Cl-1 (6)
Gravel Street Cl-1 (6)
C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL
C2-2.1
C2-2 .2
C2-2.3
C2-2.4
Proposal Form
Interpretation of Quantities
Examination of Contract Documents and Site of Project
Submitting of Proposal
(1)
C2-2 (1)
C2-2 (1)
C2-2 (2)
C2-2 (2)
C2-2.5 Rejection of Propo sals C2-2 (3)
C2-2.6 Bid Security C2-2 (3)
C2-2 .7 Deli very of Proposal C2-2 (3)
C2-2.8 Withdrawing Proposals C2-2 (3)
C2-2.9 Telegraphic Modifications of Proposals C2-2 (3)
C2-2.10 Public Opening of Proposal C2-2 (4)
C2-2 .11 Irregular Proposals C2 -2 (4)
C2-2.12 Disqualification of Bidders C2-2 (4)
C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3 .1 Consideration of Proposals C3-3 (1)
C3-3.2 M inority Business Enterprise/Women Business C3-3 (1)
Enterprise Compliance
C3-3.3 Equal Employment Provisions C3-3 (1)
C3-3.4 Withdrawal of Proposals C3-3 (1)
C3-3.5 Award of Contract C3 -3 (2)
C3 -3.6 Return of Proposal Securities C3-3 (2)
C3-3.7 Bonds C3 -3 (2)
C3 -3.8 Execution of Contract C3-3 (3)
C3-3.9 Failure to Execute Contract C3-3 (3)
C-3-3 .10 Beginning Work C3-3 (4)
C3-3.11 Insurance C3-3 (4)
C3-3.12 Contractor's Obligations C3-3 (6)
C3-3 .13 Weekly Payrolls C3-3 (6)
C3-3.14 Contractor 's Contract Administration C3-3 (6)
C3-3.15 Venue C3-3 (7)
C4-4 SCOPE OF WORK
C4-4 .1 Intent of Contract Documents C4-4 (1)
C4-4.2 Special Provisions C4-4 (1)
C4-4 .3 Increased or Decreased Quantities C4-4 (1)
C4-4.4 Alteration of Contract Documents C4-4 (2)
C4-4 .5 Extra Work C4-4 (2)
C4-4 .6 Construction Schedule C4-4 (3)
C4-4.7 Schedule Tiers Special Instructions C4-4 (6)
CS-5 CONTROL OF WORK AND MATERIALS
CS-5.l Authority of Engineer C5-5 (1)
C5-5.2 Conformity with Plans C5-5 (1)
C5-5.3 Coordination of Contract Documents C5-5 (1)
CS-5.4 Cooperation of Contractor C5-5 (2)
CS-5 .5 Emergency and/or Rectification Work C5-5 (2)
CS-5.6 Field Office C5-5 (3)
C5-5 .7 Construction Stakes C5-5 (3)
(2)
C5-5 _.8
C5-5 .9
C5-5.10
C5-5.l 1
C5-5.12
C5-5.13
C5-5.14
C5-5 .15 .
C5-5 .16
C5-5.17
C5-5 .18
C6-6
C6-6.1
C6-6.2
C6-6.3
C6-6.4
C6-6.5
C6-6.6
C6-6.7
C6-6.8
C6-6.9
C6-6.10
C6.6.11
C6-6 .12
C6-6 .13
C6-6 .14
C6-6 .15
C6-6.16
C6-6.17
C6-6.18
C6-6.19
C6-6.20
C6-6 .21
C7-7
C7 -7 . l
C7-7.2
C7-7.3
C7-7.4
C7-7.5
C7-7.6
C7-7.7
C7-7 .8
Authority and Duties of City Inspector
Inspection
Removal of Defective and Unauthorized Work
Substitute Materials or Equipment
Samples and Tests of Materials
Storage of Materials
Existing Structures and Utilities
Interruption of Service
Mutual Responsibility of Contractors
Clean-Up
Final Inspection
LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
Laws to be Observed
Permits and Licenses
Patented Devices, Materials , and Processes
Sanitary Provisions
Public Safety and Convenience
Privileges f Contractor in Streets, Alleys,
and Right-of-Way
Railway Crossings
Barricades, Warnings and Flagmen
Use of Explosives, Drop Weight, Etc .
Work Within Easements
Independent Contractor
Contractor's Responsibility for Damage Claims
Contractor's Claim for Damages
Adjustment or Relocation of Public Utilities , Etc .
Temporary Sewer and Drain Connections
Arrangement and Charges for Water Furnished by the City
Use of a Section or Portion of the Work
Contractor 's Responsibility for the Work
No Waiver of Legal Rights
Personal Liability of Public Officials
State Sales Tax
PROSECUTION AND PROGRESS
Subletting
Assignment of Contract
Prosecution of The Work
Limitation of Operations
Character of Workmen and Equipment
Work Schedule
Time of Commencement and Completion
Extension of Time Completion
(3)
C5-5 (3)
C5-5 (4)
C5-5 (4)
C5-5 (4)
C5-5 (5)
C5-5 (5)
C5-5 (5)
C5-5 (6)
C5-5 (7)
C5-5 (7)
C5-5 (8)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (1)
C6-6 (2)
C6-6 (3)
C6-6 (3)
C6-6 (3)
C6-6 (4)
C6-6 (5)
C6-6 (6)
C6-6 (6)
C6-6 (8)
C6-6 (8)
C6-6 (8)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (9)
C6-6 (10)
C6-6 (10)
C7-7 (1)
C7-7 (1)
C7-7 (1)
C7-7 (2)
C7-7 (2)
C7-7 (3)
C7-7 (3)
C7-7 (3)
C7-7.9 Delays C7-7 (4)
C7-7.10 Time of Completion C7-7 (4)
C7-7.11 Suspension by Court Order C7-7 (5)
C7-7 .12 Temporary Suspension C7-7 (5)
C7-7.13 Termination of Contract due to National Emergency C7-7 (6)
C7-7.14 Suspension or Abandonment of the Work C7-7 (6)
and Annulment of the Contract:
C7-7.15 Fulfillment of Contract C7-7 (8)
C7-7.16 Termination for Convenience of the Owner C7-7 (8)
C7-7 .17 Safety Methods and Practices C7-7 (11)
C8-8 MEASUREMENT AND PAYMENT
C8-8.1 Measurement Of Quantities C8-8 (1)
C8-8 .2 Unit Prices C8-8 (1)
C8-8.3 Lump Sum C8-8 (1)
C8-8.4 Scope of Payment C8-8 (1)
C8-8.5 Partial Estimates and Retainage C8-8 (2)
C8-8.6 Withholding Payment C8-8 (3)
C8-8.7 Final Acceptance C8-8 (3)
C8-8 .8 Final Payment C8-8 (3)
C8-8 .9 Adequacy of Design C8-8 (4)
C8-8.10 General Guaranty C8-8 (4)
C8-8.11 Subsidiary Work C8-8 (4)
C8-8.12 Miscellaneous Placement of Material C8-8 (4)
C8-8.13 Record Documents C8-8 (4)
(4)
PART C -GENERAL CONDITIONS
Cl-1 DEFINITIONS
SECTION Cl-1 DEFINITIONS
Cl-1.1 DEFINITIONS OF TERMS: Whenever in these Contract Documents the
following terms or pronouns in place of them are used, the intent and meaning shall be
understood and interpreted as follows:
Cl-1.2 CONTRACT DOCUMENTS: The Contract Documents are in all of the written
and drawn documents, such as specifications , bonds, addenda, plans, etc., which govern
the terms and performance of the contract. These are contained on the General Contract
Documents and the Special Contract Documents.
a. GENERAL CONTRACT DOCUMENTS: The General Contract
Documents govern all Water Department Projects and Include the
following Items
PART A -NOTICE TO BIDDERS
PART B-PROPOSAL
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PARTG-CONTRACT
(Sample)
(Sample)
(CITY)
(Developer)
(Sample)
(Sample)
White
White
Canary Yell ow
Brown
Green
El-White
E2-Golden Rod
E2A-White
Blue
White
White
b. SPECIAL CONTRACT DOCUMENTS: The Special Contract
Documents are prepared for each specific project as a supplement to the
General Contract Documents and include the following items:
PART A -NOTICE TO BIDDERS (Advertisement) same as above
PART B -PROPOSAL (Bid)
PART C -GENERAL CONDITIONS
PART D -SPECIAL CONDITIONS
PART E-SPECIFICATIONS
PERMITS/EASEMENTS
PART F-BONDS
PART G-CONTRACT
PART H -PLANS (Usually bound separately)
Cl-1 (1)
C 1-1 .3 NOTICE TO BIDDERS: All of the legal publications either actually published
in public advertising medium s or furni shed direct to interested parties pertaining to the
work contemplated under the Contract Documents constitutes the notice to bidders .
Cl-1.4 PROPOSAL: The completed written and signed offer or tender of a bidder to
perform the work which the Owner desires to have done , together with the bid security,
constitutes the Proposal , which becomes binding upon the Bidder when it is officially
received by the Owner, has been publicly opened and read and not rejected by the Owner.
Cl-1.5 BIDDER: Any person , persons , firm , partnership , company, association,
corporation, acting directly or through a duly authorized representative, submitting a
proposal for performing the work contemplated under the Contract Documents,
constitutes a bi dder.
Cl-1.6 GENERAL CONDITIONS : The General Conditions are the usual construction
and contract requirements which govern the performance of the work so that it will be
carried on in accordance with the customary procedure, the local statutes , and
requirements of the City of Fort Worth 's charter and promulgated ordinances.
Whenever there may be a conflict between the General Conditions and the Special
Conditions, the latter shall take precedence ..
Cl-1.7 SPECIAL CONDITIONS: Special conditions are the specific requirements
which are necessary for the particular project covered by the Contract Documents and not
specifically covered in the General Conditions. When considered with the General
Conditions and other elements of the Contract Documents they provide the information
which the Contractor and Owner should have in order to gain a thorough knowledge of
the project.
Cl-1.8 SPECIFICATIONS : The Specifications i s that section or part of the Contract
Documents which set forth in detail the requirements which must be met by all materials,
construction, workmanship , equipment and services in order to render a completed an
useful project. Whenever reference is made to standard specifications , regulations,
requirements, statutes , etc., such referred to document s shall become a part of the
Contract Documents just as though they were embodied therein .
Cl-1.9 BONDS: The bond or bonds are the written guarantee or security furnished by
the Contractor for prompt and faithful performance of the contract and include the
following :
a .
b.
C.
d.
C2-2 .6)
Performance Bond (see paragraph C3-3.7)
Payment Bond (see paragraph C3-3.7)
Maintenance Bond (see paragraph C3-3 .7)
Proposal or Bid Security (see Special Instructions to Bidders, Part A and
Cl-1 (2)
Cl-1.10 CONTRACT: The Contract is a formal signed agreement between the owner
and the Contractor covering the mutual understanding of the two contracting parties about
the project to be completed under the Contract Documents.
Cl -1.11 PLANS: The plans are the drawings or reproductions therefrom made by the
Owner 's representative showing in detail the location , dimension and position of the
various elements of the project, including such profiles , typical cross-sections , layout
diagrams , working drawings , preliminary drawings and such supplemental drawings as
the Owner may issue to clarify other drawings or for the purpose of showing changes in
the work hereinafter authorized by the Owner. The plans are usually bound separately
from the other parts of the Contract Documents, but they are part of the Contract
Documents just as though they were bound therein .
Cl-1.12 CITY : The City of Fort Worth, Texas , a municipal corporation, authorized and
chartered under the Texas State Statutes , acting by and through its governing body or its
City Manager, each of which is required by charter to perform specific duties .
Responsibility for final enforcement of the Contracts involving the City of Fort Worth is
by Charter vested in the City Manager. The terms City and Owner are synonymous .
Cl-1.13 CITY COUNCIL: The duly elected and qualified governing body of the City of
Fort Worth , Texas .
C 1-1.14 MAYOR: The officially elected Mayor, or in hi s absence , the Mayor Pro tern
of the City of Fort Worth, Texas .
Cl-1.15 CITY MANAGER: The officially appointed and authorized City Manager of
the City of Fort Worth , Texas, or hi s duly authorized representative .
C 1-1 .16 CITY ATTORNEY : The officially appointed City Attorney of the City of Fort
Worth , Texas, or his duly authorized representative .
C 1-1.17 DIRECTOR OF PUBLIC WORKS: The officially appointed official of the City
of Fort Worth , Texas, referred to in the charter as the City Engineer , or his duly
authorized representative.
Cl-1.18 DIRECTOR, CITY WATER DEPARTMENT: The officially appointed
Director of the City Water Department of the City of Fort Worth, Texas , or his duly
authorized representative, assistant , or agents .
Cl-1.19 ENGINEER: The Director of Public Works , the Director of the Fort Worth
City Water Department, or their duly authorized assistants, agents, engineers, inspectors ,
or superintendents, acting within the scope of the particular duties entrusted to them .
Cl -1.20 CONTRACTOR: The person, person 's , partnership , company, firm, association ,
or corporation, entering into a contract with the Owner for the execution of work , acting
Cl-1 (3)
directly or through a duly authorized representative. A sub-contractor is a person, firm,
corporation, supplying labor and materials or only labor, for the work at the site of the
project.
Cl-1.21 SURETIES: The Corporate bodies which are bound by such bonds as are
required with and for the Contractor. The sureties engaged are to be fully responsible for
the entire and satisfactory fulfillment of the Contract and for any and all requirements as
set forth in the Contract Documents and approved changes therein.
Cl-1.22 THE WORK OR PROJECT: The completed work contemplated in and
covered by the Contract Documents, including but not limited to the furnishing of all
labor, materials, tools , equipment, and incidentals necessary to produce a completed and
serviceable project.
Cl-1.23 WORKING DAY: A working day is defined as a calendar day, not including
Saturdays , Sundays , and legal holidays , in which weather or other conditions not under
the control of the Contractor permit the performance of the principal unit of work for a
period of not less than seven (7) hours between 7 :00 a.m. and 6:00 p .m ., with exceptions
as permitted in paragraph C7-7 .6
Cl-1.24 CALENDAR DAYS : A calendar day is any day of the week or month, no days
being excepted.
Cl-1.25: LEGAL HOLIDAYS: Legal holidays shall be observed as prescribed by the
City Council of the City of Fort Worth for observance by City employees as follows:
1.
2 .
3 .
4.
5.
6.
7.
8.
9 .
New Year's day
M.L. King, Jr. Birthday
Memorial Day
Independence Day
Labor Day
Thanksgiving Day
Thanksgiving Friday
Christmas Day
Such other days in lieu of holidays as
the City Council may determine
January 1
Third Monday in January
Last Monday in May
July4
First Monday in September
Fourth Thursday in November
Forth Friday in November
December 25
When one of the above named holidays or a special holiday is declared by the City
Council, falls on a Saturday, the holiday shall be observed on the preceding Friday, or if it
falls on Sunday, it shall be observed on the following Monday, by those employees
working on working day operations . Employees working calendar day operations will
consider the calendar as the holiday.
Cl-1.26 ABBREVIATIONS: Whenever the abbreviations defined herein appear in the
Contract Documents, the intent and meaning shall be as follows :
Cl-1 (4)
AASHTO -American Association of State MGD Million Gallons
Highway Transportation Officials per Day
ASCE American Society of Civil CFS Cubic Foot per
Engineers Second
IAW In Accordance With Min. Minimum
ASTM American Society of Testing Mono . Monolithic
Materials % Percentum
AWWA American Water Works R Radius
Association I.D. Inside Diameter
ASA American Standards Association O .D. Outside Diameter
HI Hydraulic Institute Elev . Elevation
Asph . Asphalt F Fahrenheit
Ave. Avenue C Centigrade
Blvd . Boulevard In . Inch
CI Cast Iron Ft. Foot
CL Center Line St. Street
GI Galvanized Iron CY Cubic Yard
Lin. Linear or Lineal Yd. Yard
lb . Pound SY Square yard
MH Manhole L.F. Linear Foot
Max . Maximum D.I . Ductile Iron
Cl-1.27 CHANGE ORDER : A "Change Order" is a written supplemental agreement
between the Owner and the Contractor covering some added or deducted item or feature
which may be found necessary and which was not specifically included in the scope of
the project on which bids were submitted . Increase in unit quantities stated in the
proposal are not the subject matter of a Change Order unless the increase or decrease is
more than 25 % of the amount of the particular item or items in the original proposal.
All "Change Orders" shall be prepared by the City from information as necessary
furnished by the Contractor.
C 1-1 .28 PAVED STREETS AND ALLEYS: A paved street or alley shall be defined as
a street or alley having one of the following types of wearing surfaces applied over the
natural unimproved surface:
1. Any type of asphaltic concrete with or without separate base material.
2. Any type of asphalt surface treatment, not including an oiled surface, with
or without separate base material.
3 . Brick, with or without separate base material.
4 . Concrete, with or without separate base material.
5 . Any combination of the above.
Cl-1 (5)
Cl-1.29 UNPAVED STREETS OR ALLEYS: An unpaved street, alley , roadway or
other surface is any area except those defined for "Paved Streets and Alleys ."
Cl-1.30 CITY STREET: A city street is defined as that area between the right-of-way
lines as the street is dedicated.
Cl-1.31 ROADWAY: The roadway is defined as the area between parallel lines two
(2') back of the curb lines or four ('4) feet back of the average edge of pavement where
no curb exists .
Cl-1.32 GRAVEL STREET : A gravel street is an unimproved street to which has been
added one or more applications of gravel or similar material other than the natural
material found on the street surface before any improvement was made.
Cl-1 (6)
SECTION C -GENERAL CONDITIONS
C2-2 INTERPRETATION AND
PREPARATION OF PROPOSAL
SECTION C2-2 INTERPRETATION AND PREPARATION OF PROPOSAL
C2-2.1 PROPOSAL FORM : The Owner will furni sh bidders with Proposal form, which
will contain an itemized list of the items of work to be done or materials to be furnished
and upon which bid price s are requested. The Proposal form will state the Bidder 's
general understanding of the project to be completed , provide a space for furnishing the
amount of bid security, and state the basis for entering into a formal contract. The Owner
will furnish forms for the Bidder's "Experience Record ," "Equipment Schedule," and
"Financial Statement," all of which must be properly executed and filed with the Director
of the City Water Department one week prior to the hour for opening of bids.
The financial statement required shall have been prepared by an independent certified
public accountant or an independent public accountant holding a valid permit issued by
an appropriate state licensing agency , and shall have been so prepared as to reflect the
current financial status . This statement must be current and no more than one (1) year old .
In the case that bidding date falls within the time a new statement is being prepared , the
previous statement shall be updated by proper verification. Liquid assets in the amount of
ten ( 10) percent of the estimated project cost will be required.
For an experience record to be considered to be acceptable for a given project, it must
reflect the experience of the firm seeking qualification in work of both the same nature
and magnitude as that of the project for which bids are to be received , and such
experience must have been completed not more than five (5) years prior to the date on
which Bids are to be received. The Director of the Water Department shall be sole judge
as to the acceptability of experience for qualification to bid on any Fort Worth Water
Department project.
The prospective bidder shall schedule the equipment he has available for the project and
state that he will rent such additional equipment as may be required to complete the
project on which he submits a bid.
C2-2.2 INTERPRETATION OF QUANTITIES: The quantities of work and materials
to be furnished as may be listed in the proposal forms or other parts of the Contract
Documents will be considered as approximate only and will be used for the purpose of
comparing bids on a uniform basis. Payment will be made to the Contractor for only the
actual quantities of work performed or materials furnished in strict accordance with the
Contract Documents and Plans . The quantities of work to be performed and material s to
be furnished may be increased or decreased as hereinafter provided, without in any way
invalidating the unit prices bid or any other requirements of the Contract Documents .
C2-2 (1)
C2-2.3 EXAMINATION OF CONTRACT DOCUMENTS AND SITE OF PROJECT:
Bidders are advised that the Contract Documents on file with the Owner shall constitute
all of the information which the Owner will furnish . All additional information and data
which the Owner will supply after promulgation of the formal contract documents shall
be issued in the form of written addenda and shall become part of the Contract
Documents just as though such addenda were actually written into the original Contract
Documents .
Bidders are required, prior to filing of proposal, to read and become familiar with the
Contract Documents, to visit the site of the project and examine carefully all local
conditions , to inform themselves by their own independent research and investigations,
tests, boring, and by such other means as may be necessary to gain a complete knowledge
of the conditions which will be encountered during construction of the project. They must
judge for themselves the difficulties of the work and all attending circumstances affecting
the cost of doing the work or the time required for its completion, and obtain all
information required to make an intelligent proposal. No information given by the Owner
or any representative of the Owner other than that contained in the Contract Documents
and officially promulgated addenda thereto, shall be binding upon the Owner. Bidders
shall rely exclusively and solely upon their own estimates, investigation, research , tests,
explorations , and other data which are necessary for full and complete information upon
which the proposal is to be based. It is mutually agreed that the submission of a proposal
is prima-facie evidence that the bidder has made the investigation, examinations and tests
herein required. Claims for additional compensation due to variations between conditions
actually encountered in construction and as indicated in the Contract Documents will not
be allowed.
The logs of Soil Borings, if any, on the plans are for general information only and may
not be correct. Neither the Owner nor the Engineer guarantee that the data shown is
representative of conditions which actually exist.
C2-2.4 SUBMITTING OF PROPOSAL: The Bidder shall submit his Proposal on the
form furnished by the Owner. All blank spaces applicable to the project contained in the
form shall be correctly filled in and the Bidder shall state the prices , written in ink in both
words and numerals, for which he proposes to do work contemplated or furnish the
materials required. All such prices shall be written legibly. In case of discrepancy
between price written in words and the price written in numerals, the price most
advantageous to the City shall govern.
If a proposal is submitted by an individual, his or her name must be signed by him (her)
or his (her) duly authorized agent. If a proposal is submitted by a firm , association , or
partnership, the name and address of each member of the firm , association, or partnership,
or by person duly authorized. If a proposal is submitted by a company or corporation, the
company or corporation name and business address must be given , and the proposal
signed by an official or duly authorized agent. The corporate seal must be affixed. Power
C2-2 (2)
of Attorney authorizing agents or others to sign proposal must be properly certified and
must be in writing and submitted with the proposal.
C2-2 .5 REJECTION OF PROPOSALS: Proposals may be rejected if they show any
alteration of words or figures , additions not called for , conditional or uncalled for
alternate bids , erasures, or irregularities of any kind , or contain unbalanced value of any
items. Proposal tendered or delivered after the official time designated for receipt of
proposal shall be returned to the Bidder unopened.
C2-2 .6 BID SECURITY: No proposal will be considered unless it is accompanied by a
"Proposal Security" of the character and the amount indicated in the "Notice to Bidders"
and the "Proposal." The Bid Security is required by the Owner as evidence of good faith
on the part of the Bidder, and by way of a guaranty that if awarded the contract, the
Bidder will within the required time execute a formal contract and furnish the required
performance and other bonds . The bid security of the three lowest bidders will be retained
until the contract is awarded or other disposition is made thereof. The bid security of all
other bidders may be returned promptly after the canvass of bids.
C2-2 .7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the City Manager or his
representative in the official place of business as set forth in the "Notice to Bidders." It is
the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place . The mere fact that a proposal was dispatched will not be considered . The Bidder
must have the proposal actually delivered . Each proposal shall be in a sealed envelope
plainly marker with the word "PROPOSAL," and the name or description of the project
as designated in the "Notice to Bidders ." The envelope shall be addressed to the City
Manager, City Hall, Fort Worth, Texas .
C2-2 .8 WITHDRAWING PROPOSALS: Proposals actually filed with the City
Manager cannot be withdrawn prior to the time set for opening proposals. A request for
non-consideration must be made in writing , addressed to the City Manager , and filed with
him prior to the time set for opening of proposals. After all proposals not requested for
non-consideration are opened and publicly read aloud , the proposals for which non-
consideration requests have been properly filed may, at the option of the Owner, be
returned unopened .
C2-2 .9 TELEGRAHIC MODIFICATIONS OF PROPOSALS: Any Bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals , provided such telegraphic communication is received by the City Manager
prior to the said proposal opening time, and provided further, that the City Manager is
satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time . If such confirmation is not received within forty-eight (48) hours after the proposal
opening time , no further consideration will be given to the proposal.
C2-2 (3)
C2-2.10 PUBLIC OPENING OF PROPOSAL: Proposals which have been properly
filed and for which no "Non-consideration Request" has been received will be publicly
opened and read aloud by the City Manager or his authorized representative at the time
and place indicated in the "Notice to Bidders ." All proposals which have been opened and
read will remain on file with the Owner until the contract has been awarded. Bidders or
their authorized representatives are invited to be pre sent for the opening of bids.
C2-2.11 IRREGULAR PROPOSALS: Proposals shall be considered as "Irregular" if
they show any omissions , alterations of form, additions , or conditions not called for ,
unauthorized alternate bids , or irregularities of any kind. However , the Owner reserves
the right to waive any all irregularities and to make the award of the contract to the best
interest of the City . Tendering a proposal after the closing hour is an irregularity which
can not be waived .
C2-2.12 DISQUALIFICATION OF BIDDERS : Bidders may be disqualified and their
proposals not considered for any of, but not limited to , the following reasons:
a) Reasons for believing that collusion exists among bidders .
b) Reasonable grounds for believing that any bidder is interested in more than
one proposal for work contemplated .
c) The bidder being intere sted in any litigation against the Owner or where
the Owner may have a claim against or be engaged in litigation against the
bidder.
d) The bidder being in arrears on any existing contract or having defaulted on
a previous contract.
e) The bidder having performed a prior contract in an unsatisfactory manner.
f) Lack of competency as revealed by financial statement, experience
statement, equipment schedule , and s uch inquirie s as the Owner may see
fit to make .
g) Uncompleted work which , in the judgment of the Owner, will prevent or
hinder the prompt completion of additional work if awarded .
h) The bidder not filing with the Owner, one week in advance of the hour of
the opening of proposals the following:
1. Financial Statement showing the financial condition of the bidder
as specified in Part "A" -Special Instructions
2. A current experience record showing e specially the projects of a
nature similar to the one under consideration, which have been
successfully completed by the Bidder.
3. An equipment schedule showing the equipment the bidder has
available for use on the project.
The Bid Proposal of the bidder who , in the judgment of the Engineer, is disqualified
under the requirements stated herein , shall be set aside and not opened.
C2-2 (4)
PART C -GENERAL CONDITIONS
C3-3 AW ARD AND EXECUTION OF
DOCUMENTS
SECTION C3-3 AW ARD AND EXECUTION OF DOCUMENTS:
C3-3 .1 CONSIDERATION OF PROPOSALS: After proposals have been opened and
read aloud , the proposals will be tabulated on the basis of the quoted prices, the quantities
shown in the proposal, and the application of such formulas or other methods of bringing
items to a common basis as may be established in the Contract Documents .
The total obtained by taking the sum of the products of the unit prices quoted and the
estimated quantities plus any lump sum items and such other quoted amounts as may
enter into the cost of the completed project will be considered as the amount of the bid.
Until the ward of the contract is made by the Owner, the right will be reserved to reject
any or all proposals and waive technicalities , to re-advertise for new proposals, or to
proceed with the work in any manner as may be considered for the best interest of the
Owner.
C3-3 .2 MINORITY BUSINESS ENTERPRISE/WOMEN-OWNED BUSINESS
ENTERPRISE COMPLIANCE: Contractor agrees to provide to Owner, upon request ,
complete and accurate information regarding actual work performed by a Minority
Business Enterprise (MBE) and/or a Woman-owned Business Enterprise (WBE) on the
contract and the payment therefor. Contractor further agrees, upon request by the Owner,
to allow and audit and/or an examination of any books, records, or files in the possession
of the Contractor that will substantiate the actual work performed by an MWE or WBE.
Any material misrepresentation of any nature will be grounds for termination of the
contract and for initiating any action under appropriate federal, state or local laws and
ordinances relating to false statements; further, any such misrepresentation may be
grounds for disqualification of Contractor at Owner's discretion for bidding on future
Contracts with the Owner for a period of time of not less than six (6) months .
C3-3.3 EQUAL EMPLOYMENT PROVISIONS: The Contractor shall comply with
Current City Ordinances prohibiting discrimination in employment practices. The
Contractor shall post the required notice to that effect on the project site, and at his
request, will be provided assistance by the City of Fort Worth's Equal Employment
Officer who will refer any qualified applicant he may have on file in his office to the
Contractor. Appropriate notices may be acquired from the Equal Employment Officer.
C3-3.4 WITHDRAWAL OF PROPOSALS: After a proposal has been read by the
Owner, it cannot be withdrawn by the Bidder within forty-five (45) days after the date on
which the proposals were opened .
C3-3 (1)
C 3-3 .5 AW ARD OF CONTRACT: The Owner reserves the right to withhold final
action on the proposals for a reasonable time, not to exceed forty-five (45) days after the
date of opening proposals, and in no event will an award be made until after
investigations have been made as to the responsibility of the propo sed awardee .
The award of the contract, if award is made, will be to the lowest and best responsive
bidder.
The award of the contract shall not become effective until the Owner has notified the
Contractor in writing of such award .
C3-3.6 RETURN OF PROPOSAL SECURITIES: As soon as proposed price totals
have been determined for comparison of bids , the Owner may, at its discretion, return the
proposal security which accompanied the proposals which , in its judgment, would not be
considered for the award. All other proposal securities , usually those of the three lowest
bidders , will be retained by the Owner until the required contract has been executed and
bond furnished or the Owner has otherwise disposed of the bids , after which they will be
returned by the C ity Secretary.
C3-3.7 BONDS : With the execution and delivery of the Contract Documents, the
Contractor shall furnish to, and file with the owner in the amounts herein required, the
following bonds :
a.
b.
C.
PERFORMANCE BOND: A good and sufficient performance bond in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the full
and faithful execution of the work and performance of the contract, and for
the protection ·of the Owner and all other persons against damage by
reason of negligence of the Contractor, or improper execution of the work
or use of inferior materials. This performance bond shall guarantee the
payment for all labor, materials, equipment, supplies, and services used in
the construction of the work, and shall remain in full force and effect until
provisions as above stipulated are accomplished and final payment is made
on the project by the City .
MAINTENANCE BOND: A good and sufficient maintenance bond, in
the amount of not less than 100 percent of the amount of the contract, as
evidenced by the proposal tabulation or otherwise, guaranteeing the
prompt, full and faithful performance of the general guaranty which is set
forth in paragraph C8-8.10 .
PAYMENT BOND: A good and sufficient payment bond, in the
amount of not less than 100 percent of the amount of the contract, as
evidenced by the propos al tabulation or otherwise, guaranteeing the
prompt, full and faithful payment of all claimants as defined in Article
C3-3 (2)
5160, Revised Civil Statutes of Texas, 1925 , as amended by House Bill
344, Acts 56th Legislature, Regular Session, 1959, effective April 27,
1959, and/or the latest version thereof, supplying labor and materials in the
prosecution of the work provided for in the contract being constructed
under these specifications. Payment Bond shall remain in force until all
payments as above stipulated are made .
d. OTHER BONDS: Such other bonds as may be required by these
Contract Documents shall be furnished by the Contractor.
No sureties will be accepted by the Owner which are at the time in default or delinquent
on any bonds or which are interested in any litigation against the Owner. All bonds shall
be made on the forms furnished by the Owner and shall be executed by an approved
surety company doing business in the City of Fort Worth, Texas , and which is acceptable
to the Owner. In order to be acceptable, the name of the surety shall be included on the
current U.S. Treasury list of acceptable sureties, and the amount of bond written by any
one acceptable company shall not exceed the amount shown on the Treasury list for that
company. Each bond shall be properly executed by both the Contractor and Surety
Company .
Should any surety on the contract be determined unsatisfactory at any time by the Owner,
notice will be given the Contractor to that effect and the Contractor shall immediately
provide a new surety satisfactory to the Owner. No payment will be made under the
contract until the new surety or sureties, as required , have qualified and have been
accepted by the Owner. The contract shall not be operative nor will any payments be due
or paid until approval of the bonds by the Owner.
C3-3.8 EXECUTION OF CONTRACT: Within ten (10) days after the Owner has
appropriate resolution , or otherwise, awarded the contract, the Contractor shall execute
and file with the Owner, the Contract and such bonds as may be required in the Contract
Documents.
No Contract shall be binding upon the Owner until it has been attested by the City
Secretary, approved as to form and legality by the City Attorney, and executed for the
Owner by either the Mayor or City Manager.
C3-3.9 FAILURE TO EXECUTE CONTRACT: The failure of the Awardee to
execute the required bond or bonds or to sign the required contract within ten (10) days
after the contract is awarded shall be considered by the owner as an abandonment of his
proposal, and the owner may annual the Award. By reason of the uncertainty of the
market prices of material and labor, and it being impracticable and difficult to accurately
determine the amount of damages occurring to the owner by reason of said awardee ' s
failure to execute said bonds and contract within ten (10) days , the proposal security
accompanying the proposal shall be the agreed amount of damage s which the Owner will
C3-3 (3)
suffer by reason of such failure on the part of the Awardee and shall thereupon
immediately by forfeited to the Owner.
The filing of a proposal will be considered as acceptance of this provision by the Bidder.
C-3-3.10 BEGINNING WORK: The Contractor shall not commence work until
authorized in writing to do so by the Owner. Should the Contractor fail to commence
work at the site of the project within the time stipulated in the written authorization
usually termed "Work Order" or "Proceed Order", it is agreed that the Surety Company
will, within ten (10) days after the commencement date set forth in such written
authorization, commence the physical execution of the contract.
C3-3. l l INSURANCE: The Contractor shall not commence work under this
contract until he has obtained all insurance required under the Contract Documents, and
such insurance has been approved by the Owner. The prime Contractor shall be
responsible for delivering to the Owner the sub-contractor 's certificate of insurance for
approval. The prime Contractor shall indicate on the certificate of insurance included in
the documents for execution whether or not his insurance covers sub-contractors. It is the
intention of the Owner that the insurance coverage required herein shall include the
coverage of all sub-contractors.
a. COMPENSATION INSURANCE: The Contractor shall maintain,
during the life of this contract, Worker 's Compensation Insurance on all of
his employees to be engaged in work on the project under this contract,
and for all sub-contractors. In case any class of employees engaged in
hazardous work on the project under this contract is not protected under
the Worker's Compensation Statute, the Contractor shall provide adequate
employer's general liability insurance for the protection of such of his
employees not so protected.
b.
C.
COMPREHENSIVE GENERAL LIABILITY INSURANCE: The
Contractor Shall procure and shall maintain during the life of this contract,
Comprehensive General Liability Insurance (Public Liability and Property
Damage Insurance) in the amount not less than $500,000 covering each
occurrence on account of bodily injury, including death, and in an amount
not less than $500,000 covering each occurrence on account of property
damage with $2,000,000 umbrella policy coverage.
ADDITIONAL LIABILITY: The Contractor shall furnish
insurance as a separate policies or by additional endorsement to one of the
above-mentioned policies, and in the amount as set forth for public
liability and property damage, the following insurance:
1. Contingent Liability ( covers General Contractor's Liability for acts
of sub-contractors).
C3-3 (4)
2 .
3.
4 .
5 .
6.
Blasting, prior to any blasting being done .
Collapse of buildings or structures adjacent to excavation ill
excavation are performed adjacent to same).
Damage to underground utilities for $500,000.
Builder's risk (where above-ground structures are involved).
Contractual Liability (covers all indemnification requirements of
Contract).
d. AUTOMOBILE INSURANCE -BODILY INJURY AND PROPERTY
DAMAGE: The Contractor shall procure and maintain during the life of
this Contract, Comprehensive Automobile Liability Insurance in an
amount not less than $250,000 for injuries including accidental death to
any one person and subject to the same limit for each person an amount
not less than $500,000 on account of one accident, and automobile
property damage insurance in an amount not less than $100,000.
e. SCOPE OF INSURANCE AND SPECIAL HAZARD: The msurance
required under the above paragraphs shall provide adequate protection for
the Contractor and his sub-contractors , respectively, against damage
claims which may arise from operations under this contract, whether such
operations be by the insured or by anyone directly or indirectly employed
by him, and also against any of the following special hazards which may
be encountered in the performance of the Contract.
f. PROOF OF CARRIAGE OF INSURANCE: The Contractor shall furnish
the owner with satisfactory proof of coverage by insurance required in
these Contract Documents in the amounts and by carriers satisfactory to
the Owner. (Sample attached .) All insurance requirements made upon the
Contractor shall apply to the sub -contractors , should the Prime
Contractor's insurance not cover the sub-contractor's work operations.
g . LOCAL AGENT FOR INSURANCE AND BONDING: The insurance
and bonding companies with whom the Contractor's insurance and
C3-3 (5)
performance, payment , maintenance and all such other bonds are written ,
shall be represented by an agent or agents having an office located within
the city limits of the City of Fort Worth . Tarrant County, Texas . Each such
agent shall be a duly qualified , one upon whom authority and power to act
. on behalf of the insurance and/or bonding company to negotiate and settle
wi th the City of Fort Worth, or any other claimant, and claims that the City
of Fort Worth or other claimant or any property owner who has been
damaged, may have against the Contractor, insurance , and/or bonding
company. If the local insurance representative is not so empowered by the
insurance or bonding companies , then such authority must be vested in a
local agent or claims officer residing in the Metroplex , the Fort Worth-
Dallas area . The name of the agent, or agents shall be set forth on all such
bonds and certificates of insurance.
C3-3 .12 CONTRACTOR'S OBLIGATIONS: Under the Contract, the Contractor
shall pay for all materials , labor and services when due.
C3-3.13 WEEKLY PAYROLLS: A certified copy of each payroll covering payment
of wages to all persons engaged in work on the project at the site of the project shall be
furnished to the Owner's representative within seven (7) days after the close of each
payroll period. A copy or copies of the applicable minimum wage rates as set forth in the
Contract Documents shall be kept posted in a conspicuous place at the site of the project
at all times during the course of the Contract. Copies of the wage rates will be furnished
the Contractor, by the Owner; however, posting and protection of the wage rates shall be
the responsibility of the Contractor.
C3-3.14 CONTRACTOR 'S CONTRACT ADMINISTRATION : Any Contractor,
whether a person, persons, partnership, company, firm , association, corporation or other
who is approved to do business with and enters into a contract with the City for
construction of water and/or sanitary sewer facilities , will have or shall establish a fully
operational business office within the Fort Worth-Dallas metropolitan area. The
Contractor shall charge, delegate , or assign this office ( or he may delegate his Project
Superintendent) with full authority to transact all busines s actions required in the
performance of the Contract. This local authority shall be made responsible to act for the
Contractor in all matters made responsible to act for the Contractor in all matters
pertaining to the work governed by the Contract whether it be administrative or other
wise and as such shall be empowered, thus delegated and directed, to settle all material,
labor or other expenditure , all claims against work or any other mater associated such as
maintaining adequate and appropriate insurance or security coverage for the project. Such
local authority for the administration of the work under the Contract shall be maintained
until all business transactions executed as part of the Contract are complete.
Should the Contractor 's principal base of operation s be other than in the Fort Worth-
Dallas metropolitan area, notification of the Contractor 's assignment of local authority
shall be made in writing to the Engineer in advance of any work on the project, all
C3-3 (6)
appropriately signed and sealed, as applicable, by the Contractor 's responsible offices
with the understanding that this written assignment of authority to the local representative
shall become part of the project Contract as though bound directly into the project
documents. The intent of these requirements is that all matters associated with the
Contractor's administration, whether it be oriented in furthering the work , or other, be
governed direct by local authority . This same requirement is imposed on insurance and
surety coverage. Should the Contractor's local representative fail to perform to the
satisfaction of the Engineer, the Engineer, at his sole discretion , may demand that such
local representative be replaced and the Engineer may, at his sole discretion , stop all work
until a new local authority satisfactory to the Engineer is assigned . No credit of working
time will be allowed for periods in which work stoppages are in effect for this reason .
C3-3 .15 VENUE: Venue of any action hereinunder shall be exclusively in Tarrant
County, Texas.
C3-3 (7)
SECTION C4-4 SCOPE OF WORK
PART C -GENERAL CONDITIONS
C4-4 SCOPE OF WORK
C4-4.1 INTENT OF CONTRACT DOCUMENTS: It is the definite intention of these
Contract Documents to provide for a complete , useful project which the Contractor
undertakes to construct or furnish , all in full compliance with the requirements and intent
of the Contract Documents. It is definitely understood that the Contractor shall do all
work as provided for in the Contract Documents, shall do all extra or special work as may
be considered by the Owner as necessary to complete the project in a satisfactory and
acceptable manner. The Contractor shall, unless otherwise specifically stated in these
Contract Documents, furnish all labor , tools, materials, machinery , equipment, special
services , and incidentals necessary to the prosecution and completion of the project.
C4-4.2 SPECIAL PROVISIONS: Should any work or conditions which are not
thoroughly and satisfactorily stipulated or covered by General or Special Conditions of
these Contract Documents be anticipated , or should there be any additional proposed
work which is not covered by these Contract Documents , the "Special Provisions"
covering all such work will be prepared by the Owner previous to the time of receiving
bids or proposals for any such work and furnished to the Bidder in the form of Addenda.
All such "Special Provisions" shall be considered to be part of the Contract Documents
just as though they were originally written therein.
C4-4 .3 INCREASED OR DECREASED QUANTITIES: The Owner reserve s the right
to alter the quantities of the work to be performed or to extend or shorten the
improvements at any time when and as found to be necessary, and the Contractor shall
perform the work as altered , increased or decreased at the unit prices . Such increased or
decreased quantity shall not be more than twenty-five (25) percent of the contemplated
quantity of such item or items . When such changes increase or decrease the original
quantity of any item or items of work to be done or materials to be furnished by the 25
percent or more , then either party to the contract shall upon written request to the other
party be entitled to a revised consideration upon that portion of the work above or below
the 25 percent of the original quantity stated in the proposal; such revised consideration to
be determined by special agreement or as hereinafter provided for "Extra Work." No
allowance will be made for any changes in anticipated profits not shall such changes be
considered as waiving or invalidating any conditions or provisions of the Contract
Documents.
Variations in quantities of sanitary sewer pipes in depth categories , shall be interpreted
herein as applying to overall quantities of sanitary sewer pipe in each pipe size , but not to
the various depth categories.
C4-4 (1)
C4-4.4 ALTERATION OF CONTRACT DOCUMENTS: By Change order, the
owner reserves the right to make such changes in the Contract Documents and in the
character or quantities of the work as may be necessary or desirable to insure completion
in the most satisfactory manner, provided such changes do not materially alter the original
Contract Documents or change the general nature of the project as a whole. Such changes
shall not be considered as waiving or invalidating any condition or provision of the
Contract Documents.
C4-4.5 EXTRA WORK: · Additional work made necessary by changes and alterations
of the Contract Documents or of quantities or for other reasons for which no prices are
provided in the Contract Documents , shall be defined as "Extra Work" and shall be
performed by the Contractor in accordance with these Contract Documents or approved
additions thereto ; provided however, that before any extra work is begun a "Change
order" shall be executed or written order issued by the Owner to do the work for
payments or credits as shall be determined by one or more combination of the following
methods:
a. Unit bid price previously approved .
b. An agreed lump sum.
c. The actual reasonable cost of (1) labor, (2) rental of equipment used on the
extra work for the time so used at Associated General Contractors of
America current equipment rental rates, (3) materials entering permanently
into the project, and ( 4) actual cost of insurance, bonds , and social security
as determined by the Owner, plus a fixed fee to be agreed upon but not to
exceed 10 percent of the actual cost of such extra work. The fixed fee is
not to include any additional profit to the Contractor for rental of
equipment owner by him and used for extra work. The fee shall be full and
complete compensation to cover the cost of superintendence, overhead,
other profit, general and all other expense not included in (1), (2), (3), and
(4) above . The Contractor shall keep accurate cost records on the form and
in the method suggested by the Owner and shall give the Owner access to
all accounts, bills, vouchers, and records relating to the Extra Work.
No "Change Order" shall become effective until it has been approved and signed by each
of the Contracting Parties .
No claim for Extra Work of any kind will be allowed unless ordered in writing by the
Owner. In case any orders or instructions , either oral or written , appear to the Contractor
to involve Extra Work for which he should receive compensation, he shall make written
request to the Engineer for written orders authorizing such Extra Work, prior to beginning
such work.
C4-4 (2)
Should a difference arise as to what does or dose not constitute Extra Work, or as to the
payment thereof, and the Engineer insists upon its performance , the Contractor shall
proceed with the work after making written request for written orders and shall keep
accurate account of the actual reasonable cost thereof as provided under method (Item C).
Claims for extra work will not be paid unless the Contractor shall file his claim with the
Owner within five (5) days before the time for making the first estimate after such work is
done and unless the claim is supported by satisfactory vouchers and certified payrolls
covering all labor and materials expended upon said Extra Work.
The Contractor shall furnish the Owner such installation records of all deviations from
the original Contract Documents as may be necessary to enable the Owner to prepare for
permanent record a corrected set of plans showing the actual installation .
The compensation agreed upon for "Extra Work" whether or not initiated by a "Change
Order" shall be a full , complete and final payment for all costs Contractor incurs as a
result or relating to the change or extra work, whether said costs are known, unknown,
foreseen or unforeseen at that time, including without limitation, any costs for delay,
extended overhead, ripple or impact cost , or any other effect on changed or unchanged
work as a result of the change or extra work.
C4-4.6 CONSTRUCTION SCHEDULE: Before commencing any work under this
contract, the CONTRACTOR shall submit to the OWNER a draft detailed baseline
construction schedule that meets the requirements described in this specification , showing
by Critical Path Method (CPM) the planned sequence and timing of the Work associated
with the Contract. All submittals shall be submitted in PDF format, and schedule files
shall also be submitted in native file format (i.e. file formats associated with the
scheduling software). The approved scheduling software systems are indicated in the
Schedule Guidance Doucument. 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.
It is suggested that the CONTRACTOR employ or retain the services of a qualified
Project Scheduler to develop the required schedules. A qualified Project Scheduler
would have the following minimum capabilities and experience.
a. Experience preparing and maintaining detailed schedules, as well as 1 year of
experience using approved scheduling software systems as defined in this
specification .
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration , resource allocation, and logic issues .
C4-4 (3)
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed , maintained, and progressed that
accurately represents the scope of work performed.
C4-4.6(a) BASELINE CONSTRUCTION SCHEDULE: The CONTRACTOR shall
develop, submit and review the draft detailed baseline construction schedule with the
OWNER to demonstrate the CONTRACTOR's understanding of the contract
requirements and approach for performing the work . The CONTRACTOR will prepare
the final detailed baseline construction schedule based on OWNER comments, if any.
The CONTRACTOR's first (1st) payment application will only be processed after the
detailed baseline construction schedule has been submitted by the CONTRACTOR and
accepted by the OWNER .
The following guidelines shall be adhered to m preparmg the baseline construction
schedule.
a. Milestone dates and final project completion dates shall be developed to conform
to the time constraints, sequencing requirements, and completion time.
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days . Fabrication, delivery and submittal activities are
exceptions to this guideline .
c. Activity durations shall be in work days and normal holidays and weather
conditions over the duration of the contract shall be accounted for within the
duration of each activity.
d . The critical path shall be clearly shown on the construction schedule.
e . Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclusive use or benefit of the CONTRACTOR or OWNER.
f. Thirty days shall be used for submittal review unless otherwise specified.
The construction schedule shall be divided into general act1v1t1es 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 app licable to the project whose work is represented by activities that follow
the guidelines of this section.
For each of the trades or subcontracts applicable to the project, the construction schedule
shall indicate the following : procurement, construction , pre-acceptance activities, and
C4-4 (4 )
events in their logical sequence for equipment and materials . Include applicable activities
and milestones such as:
1. Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3. Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrication and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9 . Owner's operator instructions (if applicable)
10. Final inspection
11. Operational testing
C4-4.6(b) PROGRESS CONSTRUCTION SCHEDULE: The CONTRACTOR shall
prepare and submit monthly, no later than the last day of every month, to the OWNER
for approval the updated schedule in accordance with C4-4.6 and C4-4.7 and the
OWNER's Schedule Guidance Document inclusive . As the Work progresses, the
CONTRACTOR shall enter into the schedule and record actual progress as described in the
Schedule Guidance Document.
The updated schedule submittal shall also include a concise narrative report that
highlights the following, if appropriate and applicable:
• Changes in the critical path,
• Expected schedule changes,
• Potential delays,
• Opportunities to expedite the schedule,
• Coordination issues the OWNER should be aware of or can assist with,
• Other schedule-related issues that the CONTRACTOR wishes to communicate to
the OWNER.
a. The CONTRACTOR 's monthly progress payment applications will not be accepted
and processed for payment without monthly schedule updates, submitted in the time
and manner required by this specification and the Schedule Guidance Document, and
which accurately reflects the allowable costs due under the Contract Documents and
is accepted by the OWNER.
b . Only one schedule update will be required per month in accordance with the Schedule
Guidance Document and this specification.
c . Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR until the schedule is accepted.
C4-4 (5)
C-4-4.6(c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion
of the OWNER, work accompli shed fall s behind that scheduled , the CONTRACTOR
shall take such action as neces sary to improve his progre ss. In addition , the OWNER
may require the CONTRACTOR to submit a revi sed schedul e demon strating hi s program
and propo sed plan to make up lag in schedule progress and to en sure completion of the
Work within the allotted Contract time .
Failure of the CONTRACTOR to comply with these requirements shall be considered
ground s for determination by the OWNER that the CONTRACTOR is failing to execute
the Work with due diligence as will ensure completion within the time specified in the
Contract.
C4 -4.7 SCHEDULE TIERS SPECIAL INSTRUCTIONS :
The requirements for the schedule are determined ba sed on the nature and need s of the
project. The . schedule for all projects shall be Tier 3 unle ss otherwi se stated in the
contract document s . The requirements for ea ch Ti er 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 co st-loaded with the total contract dollars
associated with the respecti ve ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 3 requirements, and additionally the following:
2 . Work (Schedule of Values Pay Item s usin g the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work meas ured in dollars. It is
intended that Earned Value will be calculated as the schedule resource s
are progre ssed .
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements, and additionally the following:
• Labor resource s (Man-Hours) shall be loaded into the scheduling
software using the "LABOR" re source type with man -hours and
without co st.
C4-4 (6)
PART C -GENERAL CONDITIONS
C5-5 CONTROL OF WORK AND
MATERIALS
SECTION C5 -5 CONTROL OF WORK AND MATERIALS
C5-5 .1 AUTHORITY OF ENGINEER: The work shall be performed to the
satisfaction of the Engineer and in strict compliance with the Contract Documents . The
Engineer shall decide all questions which arise as to the quality and acceptability of the
materials furnished , work performed, rate of progre ss of the work , overall sequence of the
construction, interpretation of the Contract Documents , acceptable fulfillment of the
Contract, compensation, mutual rights between Contractor and Owner under these
Contract Documents, supervi sion of the work , re sumption of operations, and all other
questions or dispute s which may arise. Engineer will not be responsible for Contractor 's
means , methods , techniques , sequence or procedures of con struction , or the safety
precaution and programs incident thereto , and he will not be responsible for Contractor 's
failure to perform the work in accordance with the contract documents.
The Engineer shall determine the amount and quality of the work completed and
materials furnished , and his decisions and estimates shall be final. His estimate s in such
event shall be a condition to the right of the Contractor to receive money due him under
the Contract. The Owner shall have executive authority to enforce and make effective
such necessary decisions and orders as the Contractor fails to carry out promptly .
In the event of any dispute between the Engineer and Contractor over the decision of the
Engineer on any such matters, the Engineer must , within a reasonable time, upon written
reque st of the Contractor, render and deliver to both the owner and Contractor, a written
decision on the matter in controversy.
C5-5.2 CONFORMITY WITH PLANS : The finished project in all cases shall
conform with line s, grades , cross-sections, finish , and dimensions shown on the plans or
any other requirements other wise described in the Contract Documents . Any deviation
from the approved Contract Documents required by the Engineer during construction will
in all cases be determined by the Engineer and authorized by the Owner by Change Order.
C5-5.3 COORDINATION OF CONTRACT DOCUMENTS : The Contract
Documents are made up of several sections, which, taken together , are intended to
describe and provide for a complete and useful project, and any requirements appearing in
one of the section s is as binding as though it occurred in all section s . In case of
discrepancies, figured dimension shall govern over scaled dimensions , plans shall govern
over specifications, special conditions shall govern over general conditions and standard
specification, and quantities shown on the plans shall govern over those shown in the
proposal. The Contractor shall not take advantage of any apparent error or omission in the
C5-5 (1 )
Contract Documents , and the owner shall be permitted to make such corrections or
interpretations as may be deemed necessary for fulfillment of the intent of the Contract
Documents . In the event the Contractor discovers an apparent error or discrepancy , he
shall immediately call thi s condition to the attention of the Engineer. In the event of a
conflict in drawings , specifications, or other portions of the Contract Documents which
were not reported prior to the award of Contract, the Contractor shall be deemed to have
quoted the most expensive resolution of the conflict.
CS -5.4 COOPERATION OF CONTRACTOR: . The Contractor will be furnished
with three sets of Contract Documents and shall have available on the site of the project
at all times, one set of such Contract Documents.
The Contractor shall give to the work the constant attention necessary to facilitate the
progress thereof and shall cooperate with the Engineer, his inspector, and other
Contractors in every possible way.
The Contractor shall at all times have competent personnel available to the project site for
proper performance of the work. The Contractor shall provide and maintain at all times at
the site of the project a competent, English -speaking superintendent and an assistant who
are fully authorized to act as the Contractor 's agent on the work. Such superintendent and
his assistant shall be capable of reading and understanding the Contract Documents and
shall receive and fulfill instructions from the Owner, the Engineer , or his authorized
representatives. Pursuant to this responsibility of the Contractor, the Contractor shall
designate in writing to the project superintendent, to act as the Contractor's agent on the
work. Such assis tant project superintendent shall be a resident of Tarrant County, Texas ,
and shall be subject to call, as is the project superintendent, at any time of the day or night
on any day of the week on which the Engineer determines that circumstances require the
presence on the project site of a representative of the Contractor to adequately provide for
the safety or convenience of the traveling public or the owners of property across which
the project extends or the safety of the property contiguous to the project routing.
The Contractor shall provide all facilities to enable the Engineer and his inspector to
examine and inspect the workmanship and materials entering into the work.
CS-5.5 EMERGENCY AND/OR RECTIFICATION WORK: When, in the opinion
of the Owner or Engineer, a condition of emergency exists related to any part of the work,
the Contractor, or the Contractor through his designated representative, shall respond
with dispatch to a verbal request made by the Owner or Engineer to alleviate the
emergency condition. Such a response shall occur day or night, whether the project is
scheduled on a calendar-day or a working-day basis.
Should the Contractor fail to respond to a request from the Engineer to rectify any
discrepancies, omissions, or correction necessary to conform with the requirements of the
project specifications or plans, the Engineer shall give the Contractor written notice that
such work or changes are to be performed . The written notice shall direct attention to the
C5-5 (2)
discrepant condition and request the Contractor to take remedial action to correct the
condition . In the event the Contractor does not take positive steps to fulfill this written
reque st, or does not shoe just cause for not taking the proper action , within 24 hours , the
City may take such remedial action with City force s or by contract. The City shall deduct
an amount equal to the e_ntire costs for such remedial action, plus 25 %, from any funds
due the Contractor on the project.
CS-5.6 FIELD OFFICE : The Contractor shall provide , at no extra compensation, an
adequate field office for use of the Engineer, if specifically called for. The field office
shall be not less than 10 x 14 feet in floor area, substantially con structed, well heated , air
conditioned, lighted , and weather proof, so that documents will not be damaged by the
elements.
CS-5.7 CONTRUCTION STAKES: The City, through its Engineer, will furnish
the Contractor with all lines , grades, and measurements necessary to the proper
prosecution and control of the work contracted under these Contract Documents , and
lines , grades and measurements will be established by means of stakes or other customary
method of marking as may be found consistent with good practice.
These stakes or markings shall be set sufficiently in advance of construction operation s to
avoid delay . Such stakes or markings as may be established for Contractor 's use or
guidance shall be preserved by the Contractor until he is authorized by the Engineer to
remove them. Whenever , in the opinion of the Engineer, any stakes or markings have
been carelessly or willfully destroyed , disturbed , or removed by the Contractor or any of
his employees , the full cost of replacing such stakes or marks plus 25 % will be charged
against the Contractor , and the full amount will be deducted from payment due the
Contractor.
CS-5.8 AUTHORITY AND DUTIES OF CITY INSPECTOR: City Inspectors will
be authorized to inspect all work done and to be done and all materials furnished. Such
inspection may extend to all or any part of the work , and the preparation or manufacturing
of the materials to be used or equipment to be installed . A City Inspector may be
stationed on the work to report to the Engineer as to the progress of the work and the
manner in which it is being performed , to report any evidence that the materials being
furnished or the work being performed by the Contractor fails to fulfill the requirements
of the Contract Documents , and to call the attention of the Contractor to any such failure
or other infringements . Such inspection or lack of inspection will not relieve the
Contractor from any obligation to perform the work in accordance with the requirements
of the Contract Documents . In case of any dispute arising between the Contractor and the
City Inspector as to the materials or equipment furnished or the manner of performing the
work, the City Inspector will have the authority to reject materials or equipment, and/or to
suspend work until the question at issue can be referred to and decided by the Engineer.
The City Inspector will not, however , be authorized to revoke , alter, enlarge , or release
any requirement of these Contract Documents, nor to approve or accept any portion or
section of the work, nor to issue any instructions contrary tot he requirement s of the
CS-5 (3 )
Contract Documents. The City Inspector will in no case act as superintendent or foreman
or perform any other duties for the Contractor, or interfere with the management or
operation of the work. He will not accept from the Contractor any compensation in any
form for performing any duties. The Contractor shall regard and obey the directions and
instructions of the City Inspector or Engineer when the same are consistent with the
obligations of the Contract Documents of the Contract Documents , provided, however,
should the Contractor object to any orders or instructions or the City Inspector, the
Contractor may within six days make written appeal to the Engineer for his decision on
the matter in Controversy .
CS-5 .9 INSPECTION: The Contractor shall furnish the Engineer with every
reasonable facility for ascertaining whether or not the work as performed is in accordance
with the requirements of the Contract Documents. If the Engineer so requests, the
Contractor shall , at any time before acceptance of the work, remove or uncover such
portion of the finished work as may be directed. After examination, the Contractor shall
restore said portions of the work to the standard required by the Contract Documents .
Should the work exposed or examined prove acceptable , the uncovering or removing and
replacing of the covering or making good of the parts removed shall be paid for as extra
work , but should Work so exposed or examined prove to be unacceptable , the uncovering
or removing and replacing of all adjacent defective or damaged parts shall be at the
Contractor's expense. No work shall be done or materials used without suitable
supervision or inspection.
CS-5.10 REMOVAL OF EDEFCTIVE AND UNAUTHORIZED WORK:All work,
materials, or equipment which has been rejected shall be remedied or removed and
replaced in an acceptable manner by the Contractor at this expense. Work done beyond
the lines and grades given or as shown on the plans , except as herein specially provided ,
or any Extra Work done without written authority , will be considered as unauthorized and
done at the expense of the Contractor and will not be paid for by the Owner. Work so
done may be ordered removed at the Contractor's expense. Upon the failure on the part of
the Contractor to comply with any order of the Engineer made under the provisions of
this paragraph, the Engineer will have the authority to cause defective work to be
remedied or removed and replaced and unauthorized work to be removed , and the cost
thereof may be deducted from any money due or to become due tot he Contractor. Failure
to require the removal of any defective or unauthorized work shall not constitute
acceptance of such work.
C5-5.l 1 SUBSTITUTE MATERIALS OR EQUIPMENT: If the Specifications ,
law, ordinance, codes or regulations permit Contractor to furnish or use a substitute that is
equal to any material or equipment specified , and if Contractor wishes to furnish or use a
proposed substitute, he shall, prior to the preconstruction conference, make written
application to ENGINEER for approval of such substitute certifying in writing that the
proposed substitute will perform adequately the function called for by the general design ,
be similar and of equal substance to that specified and be suited to the same use and
C5-5 (4 )
capable of performing the same function as that specified ; and identifying all variations
of the proposed substitute from that specified and indicating available maintenance
service . No substitute shall be ordered or installed without written approval of Engineer
who will be the judge of the equality and may require Contractor to furnish such other
data about the proposed substitute as he considers pertinent. No substitute shall be
ordered or installed without such performance guarantee and bonds as Owner may require
which shall be furnished at Contractor's expense. Contractor shall indemnify and hold
harmless Owner and Engineer and anyone directly or indirectly employees by either of
them from and against the claims, damages, losses and expenses (including attorneys
fees) arising out of the use of substituted materials or equipment.
CS-5.12 SAMPLES AND TESTS OF MATERIALS: Where, in the opinion of the
Engineer , or as called for in the Contract Documents , tests of materials or equipment are
necessary, such tests will be made at the expense of and paid for direct to the testing
agency by the Owner unless other wise specifically provided. The failure of the Owner to
make any tests of materials shall in no way relieve the contractor of his responsibility of
furnishing materials and equipment fully conforming to the requirements of the Contract
Documents. Tests and sampling of materials, unless otherwise specified, will be made in
accordance with the latest methods prescribed by the American Society for Testing
Materials or specific requirements of the Owner. The Contractor shall provide such
facilities as the Engineer may require for collecting and forwarding samples and shall not,
without specific written permission of the Engineer, use materials represented by the
samples until tests have been made and the materials approved for use. The Contractor
will furnish adequate samples without charge to the Owner.
In case of concrete, the aggregates, design minimum , and the mixing and transporting
equipment shall be approved by the Engineer before any concrete is placed, and the
Contractor shall be responsible for replacing any concrete which does not meet the
requirements of the Contract Documents. Tests shall be made at least 9 days prior to the
placing of concrete, using samples from the same aggregate, cement, and mortar which
are to be used later in the concrete. Should the source of supply change , new tests shall be
made prior to the use of new materials.
CS-5.13 STORAGE OF MATERIALS : All materials which are to be used in the
construction contract shall be stored so as to insure the preservation of quality and fitness
of the work. When directed by .the Engineer , they shall be placed on wooden platforms or
other hard, clean durable surfaces and not on the ground, and shall be placed under cover
when directed. Stored materials shall be placed and located so as to facilitate prompt
inspection.
CS-5 .14 EXISTING STRUCTURES AND UTILITIES : The location and dimensions
shown on the plans relative to the existing utilities are based on the best information
available. Omission from, the inclusion of utility locations on the Plans is not to be
considered as nonexistence of, or a definite location of, existing underground utilities .
The location of many gas mains, water mains, conduits , sewer lines and service lines for
C5-5 (5)
all utilities, etc., is unknown to the Owner, and the Owner assumes no responsibility for
failure to show any or all such structures and utilities on the plans or to show them in
their exact location. It is mutually agreed that such failure will not be considered
sufficient basis for claims for additional compensation for Extra Work or for increasing
the pay quantities in any manner whatsoever, unless an obstruction encountered is such as
to necessitate changes in the lines and grades of considerable magnitude or requires the
building of special works ; provision of which is not made in these Contract Documents ,
in which case the provision in these Contract Documents for Extra Work shall apply.
It shall be the Contractor's responsibility to verify locations of the adjacent and/or
conflicting utilities sufficiently in advance of construction in order that he may negotiate
such local adjustments as necessary in the construction process to provide adequate
clearances . The Contractor shall take all necessary precautions in order to protect all
existing utilities, structures, and service lines . Verification of existing utilities , structures,
and service lines shall include notification of all utility companies at least forty -eight (48)
hours in advance of construction including exploratory excavation if necessary. All
verification of uti lities and their adjustment shall be considered subsidiary work.
C5-5.15 INTERRUPTION OF SERVICE:
a. Normal Prosecution: In the normal prosecution of work where the
interruption of service is necessary, the Contractor, at least 24 hours in
advance, shall be required to :
1. Notify the Water Department's Distribution Division as to
location, time, and schedule of service interruption.
2. Notify each customer personally through responsible personnel as
to the time and schedule of the interruption of their service, or
3. In the event that personal notification of a customer cannot be
made, a prepared tag form shall be attached to the customer's door
knob. The tag shall be durable in composition, and in large bold
letters shall say:
C5-5 (6)
b.
"NOTICE"
Due to Utility Improvement in your neighborhood, your
(water) (sewer) service will be interrupted on ____ _
between the hours of and ___ _
This inconvenience will be as short as possible.
Thank You,
Contractor
Address Phone
Emergency: In the event that an unforeseen service interruption occurs,
notice shall be as above, but immediate.
CS-5.16 MUTUAL RESPONSIBILITY OF CONTRACTORS: If, through act or
neglect on the part of the Contractor, or any other Contractor or any sub-contractor shall
suffer loss or damage of the work, the Contractor agrees to settle with such other
Contractor or sub-contractor by agreement or arbitration. If such other Contractor or sub-
contractor shall assert any claim against the owner on account of damage alleged to have
been sustained, the owner will notify the Contractor, who shall indemnify and save
harmless the owner against any such claim .
CS-5.17 CLEAN-UP: Clean-up of surplus and/or waste materials accumulated on
the job site during the prosecution of the work under these Contract Documents shall be
accomplished in keeping with a daily routine established to the satisfaction of the
Engineer. Twenty-four (24) hours after written notice is given the Contractor that the
clean-up on the job site is proceeding in a manner unsatisfactory to the Engineer, if the
Contractor fails to correct the unsatisfactory procedure, the City may take such direct
action as the Engineer deems appropriate to correct the clean-up deficiencies cited to the
Contractor in the written notice, and the costs of such direct action, plus 25 % of such
costs, shall be deducted from the monies due or to become due to the Contractor.
Upon the completion of the project as a whole as covered by these Contract Documents ,
and before final acceptance and final payment will be made, the Contractor shall clean
and remove from the site .of the project all surplus and discarded materials, temporary
structures, and debris of every kind . He shall leave the site of all work in a neat and
orderly condition equal to that which originally existed. Surplus and waste materials
removed from the site of the work shall be disposed of at locations satisfactory to the
Engineer. The Contractor shall thoroughly clean all equipment and materials installed by
him and shall deliver over such materials and equipment in a bright, clean, polished and
new appearing condition. No extra compensation will be made to the Contractor for any
clean-up required on the project.
CS-5 (7)
CS-5.18 FINAL INSPECTION: Whenever the work provided for in and
contemplated under the Contract Documents has been satisfactorily completed and final
clean-up performed, the Engineer will notify the proper officials of the Owner and request
that a Final Inspection be made. Such inspection wili be made within 10 days after such
notification. After s uch final inspection , if the work and materials and equipment are
found satisfactory, the Contractor will be notified in writing of the acceptance of the same
after the proper resolution has been passed by the City Council. No time charge will be
made against the Contractor between said date of notification of the Engineer and the date
of final inspection of the work .
C5-5 (8 )
PART C -GENERAL CONDITIONS
C6-6 LEGAL RELATIONS AND PUBLIC .
RESPONSIBILITY
SECTION C6-6 LEGAL RELATIONS AND PUBLIC RESPONSIBILITY
C6-6 .1 LAWS TO BE OBSERVED:The Contractor shall at all times observe and
comply with all Federal and State Laws and City ordinances and regulation s which in any
way affect the conduct of the work or his operations , and shall observe and comply with
all orders , laws , ordinances and regulations which exist or which may be enacted later by
bodies having jurisdiction or authority for such enactment. No plea or misunderstanding
or ignorance thereof will be considered . The Contractor and his Sureties shall indemnify
and save harmless the City and all of its officers , agents , and employees against any and
all claims or liability arising from or based on the violation of any such law , ordinance,
regulation , or order, whether it be by himself or his employees .
C6-6.2 PERMITS AND LICENSES: The Contractor shall procure all permits and
licenses , pay all charges , costs and fees , and give all notices necessary and incident to the
due and lawful prosecution of the work.
C6-6 .3 PATENTED DEVICES, MATERIALS, AND PROCESSES: If the Contractor
is required or desires to use any design, device, material, or process covered by letter,
patent , or copyright , he shall provide for such use by suitable legal agreement with the
patentee or owner of such patent, letter , or copyrighted design. It is mutually agreed and
understood that without exception the contract price shall include all royalties or cost
arising from patents , trademarks , and copyrights in any way involved in the work. The
Contractor and his sureties shall indemnify and save harmless the Owner from any and all
claims for infringement by reason of the use of any such trade-mark or copyright in
connection with the work agreed to be performed under these Contract Documents , and
shall indemnify the Owner for any co st, expense , or damage which it may be obliged to
pay by reason of such infringement at any time during the prosecution of the work or after
completion of the work, provided , however , that the Owner will assume the responsibility
to defend any and all suits brought for the infringement of any patent claimed to be
infringed upon the design , type of construction or material or equipment specified in the
Contract Documents furnished the Contractor by the Owner, and to hold the Contractor
harmless on account of such suits .
C6-6.4 SANITARY PROVISIONS: The Contractor shall establish and enforce
among his employees such regulations in regard to cleanliness and di sposal of garbage
and waste as will tend to prevent the inception and spread of infectious or contagious
diseases and to effectively prevent the creation of a nuisance about the work on any
property either public or private, and such regulations as are required by Law shall be put
into immediate force and effect by the Contractor. The necessary sanitary conveniences
for use of laborers on the work , properly secluded from public observation, shall be
con structed and maintained by the Contractor and their use shall be strictly enforced by
C6-6(1)
the Contractor. All such facilities shall be kept in a clean and sanitary condition, free from
objectionable odors so as not to cause a nuisance. All sanitary laws and regulations of the
State of Texas an d the City shall be strictly complied with .
C6-6.5 PUBLIC SAFETY AND CONVENIENCE: Materials or equipment
stored about the work shall be placed and used, and the work shall at all times be so
conducted, as to cause no greater obstruction or inconvenience to the public than is
considered to be absolutely necessary by the Engineer. The Contractor is required to
maintain at all times all phases of his work in such a manner as not to impair the safety or
convenience of the public , including , but not limited to , safe and convenient ingress and
egress to the property contiguous tot he work area. The Contractor shall make adequate
provisions to render reasonable ingress and egress for normal vehicular traffic, except
during actual trenching or pipe installation operations, at all driveway crossings. Such
provisions may include bridging, placement or crushed stone or gravel or such other
means of providing proper ingress and egress for the property served by the driveway as
the Engineer may approve as appropriate. Such other means may include the diversion of
driveway traffic , with specific approval by the Engineer, If diversion of traffic is
approved by the Engineer at any location, the Contractor may make arrangements
satisfactory to the Engineer for the diversion of traffic , and shall, at his expense, provide
all materials and perform all work necessary for the construction and maintenance of
roadways and bridges for such diversion of traffic . Sidewalks must not be obstructed
except by special permission of the Engineer.
The materials excavated and the construction materials such as pipe used in construction
of the work shall be placed so as not to endanger the work or prevent free access to all
fire hydrants, fire alarm boxes, police call boxes , water valves, gas valves, or manholes in
the vicinity. The Owner reserves the right to remedy any neglect on the part of the
Contractor as regards to public convenience and safety which may come to its attention,
after twenty-four hours notice in writing to the Contractor, save in cases of emergency
when it shall have the right to remedy any neglect without notice , and in either case, the
cost of such work or materials furnished by the Owner or by the City shall be deducted
from the monies due or to become due to the Contractor.
The Contractor, after approval of the Engineer , shall notify the Fire Department
Headquarters, Traffic Engineer, and Police Department, when any street or alley is
requested to be closed or obstructed or any fire hydrant is to be made inaccessible, and
when so directed by the Engineer, shall keep any street, streets, or highways in condition
for unobstructed use by fire apparatus . The Contractor shall promptly notify the Fire
Department Headquarters when all such obstructed streets, alleys, or hydrants are placed
back in service.
Where the Contractor is required to construct temporary bridges or make other
arrangements for crossing over ditches or streams , his responsibility for accidents in
connection with such crossings shall include the roadway approaches as well as the
structures of such crossings.
C6-6(2)
The Contractor shall at all times conduct his operation and use of construction machinery
so as not to damage or destroy trees and scrubs located in close proximity to or on the site
of the work. Wherever any such damage may be done, the Contractor shall immediately
satisfy all claims of property owners , and no payment will be made by the Owner in
settlement of such claims. The Contractor shall file with the Engineer a written statement
showing all such claims adjusted.
C6-6 .6 PRIVILEGES OF CONTRACTOR IN STREETS, ALLEYS, AND
RIGHT-OF-WAY : For the performance of the contract, the Contractor will be
permitted to use and occupy such portions of the public streets and alleys , or other public
places or other rights-of-way as provided for in the ordinances of the City, as shown in
the Contract Documents, or as may be specifically authorized in writing by the Engineer.
A reasonable amount of tools, materials, and equipment for construction purposes may be
stored in such space, but no more than is necessary to avoid delay in the construction
operations. Excavated and waste materials shall be piled or staked in such a way as not to
interfere with the use of spaces that may be designated to be left free and unobstructed
and so as not to inconvenience occupants of adjacent property . If the street is occupied by
railroad tracks , the work shall be carried on in such manner as not to interfere with the
operation of trains, loading or unloading of cars , etc. Other contractors of the Owner may,
for all purposes required by the contract, enter upon the work and premises used by the
Contractor and shall be provided all reasonable facilities and assistance for the
completion of adjoining work. Any additional grounds desired by the Contractor for his
use shall be provided by him at his own cost and expense.
C6-6.7 RAILWAY CROSSINGS: When the work encroaches upon any right-of-way
of any railroad , the City will secure the necessary easement for the work . Where the
railroad tracks are to be crossed, the Contractor shall observe all the regulations and
instructions of the railroad company as to the methods of performing the work and take
all precautions for the safety of property and the public. Negotiations with the railway
companies for the permits shall be done by and through the City . The Contractor shall
give the City Notice not less than five days prior to the time of his intentions to begin
work on that portion of the project ' which is related to the railway properties. The
Contractor will not be given extra compensation for such railway cros sings unless
specifically set forth in the Contract Documents.
C6-6 .8 BARRICADES, WARNINGS AND WATCHMEN: Where the work is
carried on in or adjacent to any street, alley, or public place, the Contractor shall at his
own expense furni sh , erect, and maintain such barricades , fences , lights, and danger
signals, shall provide such watchman , and shall take all such other precautionary
measures for the protection of persons or property and of the work as are necessary .
Barricades and fences shall be painted in a color that will be visible at night. From sunset
to sunrise the Contractor shall furnish and maintain at least one easily visible burning
light at each barricade. A sufficient number of barricades shall be erected and maintained
to keep pedestrians away from , and vehicles from being driven on or into, any work under
C6-6(3)
construction or being maintained . The Contractor shall furnish watchmen and keep them
at their respective assignments in sufficient numbers to protect the work and prevent
accident or damage.
All installations and procedures shall be consistent with provisions set forth in the "1980
Texas Manual on Uniform Traffic Control Devices for Streets and Highways " issued
under the authority of the "State of Texas Uniform Act Regulating Traffic on Highways",
codified as Article 6701d Veron's Civil Statues , pertinent section being Section Nos . 27 ,
29, 30 and 31.
The Contractor will not remove any regulatory sign , instructional sign , street name sign,
or other sign which has been erected by the City. If it is determined that a sign must be
removed to permit required construction, the Contractor shall contact the Transportation
and Public Works Department, Signs and Markings Division (phone number 871-8075),
to remove the sign. In case of regulatory signs, the Contractor must replace the permanent
sign with a temporary sign meeting the requirements of the above referred manual and
such temporary sign must be installed prior to the removal of the permanent sign. If the
temporary sign is not installed correctly or if it does not meet the required specifications,
the permanent sign shall be left in place until the temporary sign requirements are met.
When construction work is completed to the extent that the permanent sign can be re-
installed, the Contractor shall again contact the Signs and Markings Division to re-install
the permanent sign and shall leave his temporary sign in place until such re-installation is
completed.
The Contractor will be held responsible foe all damage to the work or the public due to
failure of barricades, signs , fences, lights, or watchmen to protect them. Whenever
evidence is found of such damage to the work the Engineer may order the damaged
portion immediately removed and replaced by the Contractor at the Contractor's own
expense. The Contractor's responsibility for the maintenance of barricades, signs, fences
and lights, and for providing watchmen shall not cease until the project shall have been
completed and accepted by the Owner.
No compensation, except as specifically provided in these Contract Documents, will be
paid to the Contractor for the Work and materials involved in the constructing, providing,
and maintaining of barricades, signs, fences, and lights or salaries of watchmen, for the
subsequent removal and disposal of such barricades , signs, or for any other incidentals
necessary for the proper protection, safety , and convenience of the public during the
contract period, as this work is considered to be subsidiary to the several items for which
unit or lump sum prices are requested in the Proposal.
C6-6.9 USE OF EXPLOSIVES, DROP WEIGHT, ETC.: Should the Contractor elect to
use explosives, drop weight, etc., in the prosecution of the work, the utmost care shall be
exercised at all times so as not to endanger life or property . The Contractor shall notify
the proper representative of any public service corporation, any company, individual , or
utility, and the Owner, not less than twenty-four hours in advance of the use of any
C6-6(4)
activity which might damage or endanger their or his property along or adjacent to the
work .
Where the use of explosives is to be permitted on the project , as specified in the Special
Conditions Documents , or the use of explosives is requested , the Contractor shall submit
notice to the Engineer in writing twenty-four hours prior to commencing and shall furnish
evidence that he has insurance coverage to protect against any damages and/or injuries
arising out of such use of explosives .
C6-6 .10 WORK WITHIN EASEMENTS: Where the work passes over, through , or into
private property, the Owner will provide such right-of-way or easement privileges, as the
City may deem necessary for the prosecution of the work. Any additional rights-of-way or
work area considered necessary by the Contractor shall be provided by him at his
expense . Such additional rights-of-way or work area shall be acquired for the benefit of
the City. The City shall be notified in writing as to the rights so acquired before work
begins in the affected area. The Contractor shall not enter upon private property for any
purpose without having previously obtained permission from the owner of such property .
The Contractor will not be allowed to store equipment or material on private property
unless and until the specified approval of the property owner has been secured in writing
by the Contractor and a copy furnished to the Engineer. Unless specifically provided
otherwise, the Contractor shall clear all rights-of-way or easements of obstructions which
must be removed to make possible proper prosecution of the work as a part of the project
construction operations. The Contractor shall be responsible for the preservation of and
shall use every precaution to prevent damage to, all tress , shrubbery , plants , lawns ,
fences, culverts, curbing, and all other types of structures or improvements, to all water ,
sewer, and gas lines, to all conduits , overhead pole lines , or appurtenances thereof,
including the construction of temporary fences and to all other public or private property
adjacent to the work.
The Contractor shall notify the proper representatives of the owners or occupants of the
public or private lands of interest in lands which might be affected by the work. Such
notice shall be made at least 48 hours in advance of the beginning of the work. Notices
shall be applicable to both public and private utility companies or any corporation ,
company , individual, or other, either as owners or occupants, whose land or interest in
land might be affected by the work. The Contractor shall be responsible for all damage or
injury .to property of any character resulting from any act , omission, neglect , or
misconduct in the manner or method or execution of the work, or at any time due to
defective work, material, or equipment.
When and where any direct or indirect or injury is done to public or private property on
account of any act, omission, neglect, or misconduct in the execution of the work, or in
consequence of non-execution thereof on the part of the Contractor , he shall restore or
have restored as his cost and expense such property to a condition at least equal to that
existing before such damage or injury was done , by repairing , rebuilding, or otherwise
C6-6(5)
replacing and restoring as may be directed by the Owner , or he shall make good such
damages or injury in a manner acceptable to the owner of the property and the Engineer.
All fences encountered and removed during construction of this project shall be restored
to the original or a better than original condition upon completion of this project. When
wire fencing, either wire mesh or barbed wire is to be crossed, the Contractor shall set
cross brace posts on either side of the permanent easement before the fence is cut. Should
additional fence cuts be necessary, the Contractor shall provide cross-braced posts at the
point of the proposed cut in addition to the cross braced posts provided at the permanent
easements limits , before the fence is cut.
Temporary fencing shall be erected in place of the fencing removed whenever the work is
not in progress and when the site is vacated overnight, and/or at all times to prevent
livestock from entering the construction area . The cost for fence removal, temporary
closures and replacement shall be subsidiary to the various items bid in the project
proposal. Therefore , no separate payment shall be allowed for any service associated with
this work.
In case of failure on the part of the Contractor to restore such property or to make good
such damage or injury , the Owner may, upon 48 hour written notice under ordinary
circumstance~, and without notice when a nuisance or hazardous condition results ,
proceed to repair, rebuild, or otherwise restore such property as may be determined by the
Owner to be necessary, and the cost thereby will be deducted from any monie s due to or
to become due to the Contractor under this contract.
C6.6.11 INDEPENDENT CONTRACTOR: It is understood and agreed by the
parties hereto that the Contractor shall perform all work and services hereunder as an
independent contractor, and not as an officer, agent, servant, or employee of the Owner.
Contractor shall have exclusive control of and exclusive right to control the details of all
work and services performed hereunder, and all persons performing the same, and shall
be solely responsible for the acts and omissions of its officers , agents, servants,
employees, contractor, subcontractors, licensees and invitee s. The doctrine of respondeat
superior shall not apply as between Owner and Contractor, its officers, agents, employees,
contractors and subcontractors, and nothing herein shall be construed as creating a
partnership or joint enterprise between Owner and Contractor.
C6-6.12 CONTRACTOR'S RESPONSIBil.JTY FOR DAMAGE CLAIMS : Contractor
covenants and agrees to , and does hereby indemnify, hold harmless and defend Owner , its
officers, agents, servants, and employees from and against any and all claims or suits for
property damage or loss and/or personal injury, including death, to any and all persons , of
whatsoever kind or character, whether real or asserted, arising out of or in connection
with, directly or indirectly, the work and services to be performed hereunder by the
Contractor, its officers, agents, employees, contractors, subcontractors, licensees or
invitees, whether or not caused, in whole or in apart, by alleged negligence on the part of
officers , agents, employees, contractors , subcontractors, licensees or invitees of the
C6-6(6)
Owner; and said Contractor does hereby covenant and agree to assume all liability and
responsibility of Owner, its officers, agents, servants, and employees for property damage
or loss, and/or personal injuries, including death , to any and all person of whatsoever kind ·
or character, whether real or asserted, arising out of or in connection with, directly or
indirectly, the work and services to be performed hereunder by the Contractor, its
officers, agents, employees, contractors, subcontractors, licensees or invitees, whether or
not caused, in whole or in apart, by alleged negligence of officers, agents, employees,
contractors, subcontractors, licensees or invitees of the Owner. Contractor likewise
covenants and agrees to, and does hereby, indemnify and hold harmless Owner from and
against any and all injuries, loss or damages to property of the Owner during the
performance of any of the terms and conditions of this Contract, whether arising out of or
in connection with or resulting from, in whole or in apart, any and all alleged acts of
omission of officers, agents, employees, contractors, subcontractors, licensees, or invitees
of the Owner.
In the event a written claim for damages against the contractor or its subcontractors
remains unsettled at the time all work on the project has been completed to the
satisfaction of the Director of the Water Department, as evidenced by a final inspection,
final payment to the Contractor shall not be recommended to the Director of the Water
Department for a period of 30 days after the date of such final inspection, unless the
Contractor shall submit written evidence satisfactory to the Director that the claim has
been settled and a release has been obtained from the claimant involved.
If the claims concerned remains unsettled as of the expiration of the above 30-day period,
the Contractor may be deemed to be entitled to a semi-final payment for work completed,
such semi-final payment to be in the amount equal to the total dollar amount then due less
the dollar value of any written claims pending against the Contractor arising out of
performance of such work, and such semi-final payment may then be recommended by
the Director.
The Director shall not recommend final payment to a Contractor against whom such a
claim for damages is outstanding for a period of six months following the date of the
acceptance of the work performed unless the Contractor submits evidence in writing
satisfactory tot he Director that:
1. The claim has been settled and a release has been obtained from the
claimant involved, or
2. Good faith efforts have been made to settle such outstanding claims, and
such good faith efforts have failed.
If condition (1) above is met at any time within the six month period, the Director shall
recommend that the final payment to the Contractor be made. If condition (2) above is
met at any time within the six month period, the Director may recommend that final
payment to the Contractor be made. At the expiration of the six month period, the
C6-6(7)
Director may recommend that final payment be made if all other work has been
performed and all other obligations of the Contractor have been met to the satisfaction of
the Director.
The Director may, if he deems it appropriate , refuse to accept bids on other Water
Department Contract work from a Contractor against whom a claim for damages is
outstanding as a result of work performed under a City Contract.
C6-6.13 CONTRACTOR'S CLAIM FOR DAMAGES: Should the Contractor claim
compensation foe any alleged damage by reason of the acts or omissions of the Owner, he
shall within three days after the actual sustaining of such alleged damage, make a written
statement to the Engineer, setting out in detail the nature of the alleged damage, and on or
before the 25 1h day of the month succeeding that in which ant such damage is claimed to
have been sustained, the Contractor shall file with the Engineer an itemized statement of
the details and the amount of such alleged damage and , upon request, shall give the
Engineer access to all books of account, receipts, vouchers, bills of lading, and other
books or papers containing any evidence as to the amount of such alleged damage. Unless
such statements shall be filed as hereinabove required, the Contractor 's claim for
compensation shall be waived, and he shall not be entitled to payment on account of such
damages.
C6-6.14 ADJUSTMENT OR RELOCATION OF PUBLIC UTILITIES, ETC.: In case
it is necessary to change, move, or alter in any manner the property of a public utility or
others, the said property shall not be moved or interfered with until orders thereupon have
been issued by the Engineer. The right is reserved to the owners of public utilities to enter ·
the geographical limits of the Contract for the purpose of making such changes or repairs
to the property that may be necessary by the performance of this Contract.
C6-6.15 TEMPORARY SEWER AND DRAIN CONNECTIONS: When existing
sewer lines have to be taken up or removed, the Contractor shall , at his own expense and
cost, provide and maintain temporary outlets and connections for all private or public
drains and sewers . The Contractor shall also take care of all sewage and drainage which
will be received from these drains and sewers , and for this purpose he shall provide and
maintain, at his own cost and expense, adequate pumping facilities and temporary outlets
or divisions.
The Contractor, at his own cost and expense, shall construct such troughs , pipes , or other
structures necessary, and be prepared at all times to dispose of drainage and sewage
received from these temporary connections until such times as the permanent connections
are built and are in service . The existing sewers and connections shall be kept in service
and maintained under the Contract, except when specified or ordered to be abandoned by
the Engineer. All water, sewage, and other waste shall be disposed of in a satisfactory
manner so that no nuisance is created and so that the work under construction will be
adequately protected.
C6-6(8)
C6-6.16 ARRANGEMENT AND CHARGES FOR WATER FURNISHED BY THE
CITY: When the Contractor desires to use City water in connection with any construction
work, he shall make complete and satisfactory arrangements with the Fort Worth City
Water Department for so doing.
City water furnished to the Contractor shall be delivered to the Contractor from a
connection on an existing City main. All piping required beyond the point of delivery
shall be installed by the Contractor at hi s own expense.
The Contractor's responsibility in the use of all existing fire hydrant and/or valves is
detailed in Section E2-1 .2 USE OF FIRE HYDRANTS AND VALVES in the se General
Contract Documents.
When meters are used to measure the water , the charges , if any, for water will be made at
the regular established rates. When meters are not used , the charges, if any , will be as
prescribed by the City ordinance , or where no ordinances applies, payment shall be made
on estimates and rates established by the Director of the Fort Worth Water Department.
C 6-6.17 USE OF A SECTION OR PORTION OF THE WORK: Whenever , m the
opinion of the Engineer , any section or portion of the work or any structure is in suitable
condition, it may be put into use upon the written notice of the Engineer, and such usage
shall not be held to be in any way an acceptance of said work or structure or any part
thereof or as a waiver of any of the provisions of these Contract Documents. All
necessary repairs and removals of any section of the work so put into use, due to defective
materials or workmanship, equipment, or deficient operations on the part of the
Contractor , shall be performed by the Contractor at his expense.
C6-6.18 CONTRACTOR 'S RESPONSIBILITY FOR THE WORK: Until written
acceptance by the Owner as provided for in these Contract Documents, the work shall be
under the charge and care of the Contractor, and he shall take every necessary precaution
to prevent injury or damage to the work or any part thereof by action of the elements or
from any cause whatsoever, whether arising from the execution or nonexecution of the
work . The Contractor shall rebuild, repair, restore, and make good at his own expen se all
mJunes or damage to any portion of the work occasioned by any of the hereinabove
causes.
C6-6.19 NO WANER OF LEGAL RIGHTS : Inspection by the Engineer or any
order by the Owner by payment of money or any payment for or acceptance of any work ,
or any extension of time , or any possession taken by the City shall not operate as a waiver
of any provision of the Contract Documents. Any waiver of any breach or Contract shall
not be held to be a waiver of any other or subsequent breach .
The Owner re serves the right to correct any error that may be discovered in any estimate
that may have been paid and to adjust the same to meet the requirements of the Contract
Documents.
C6-6(9)
C6-6.20 PERSONAL LIABILITY OF PUBLIC OFFICIALS: In carrying out the
provisions of these Contract Documents or in exercising any power of authority granted
thereunder , there shall be no liability upon the authorized representative of the Owner ,
either personally or other wi se as they are agents and representatives of the City.
C6-6.21 STATE SALES TAX: On a contract awarded by the City of Fort Worth ,
and organization which qualifie s for exemption pursuant the provisions of Article 20.04
(H) of the Texas Limited Sales , Excise, and Use Tax Act, the Contractor may purchase ,
rent or lease all materials , supplies and equipment used or consumed in the performance
of this contract by issuing to his supplier an exemption certificate in lieu of the tax , said
exemption certificate to comply with State Comptroller 's Ruling .007. Any such
exemption certificate issued to the Contractor in lieu of the tax shall be subject to and
shall comply with the provision of State Comptroller's Ruling .011 , and any other
applicable State Comptroller's rulings pertaining to the Texas Limited Sales , Excise, and
Use Tax Act.
On a contract awarded by a developer for the construction of a publicly-owner
improvement in a street right-of-way or other easement which ha s been dedicated to the
public and the City of Fort Worth, an organization which qualifies for exemption
pursuant the provisions of Article 20.04 (H) of the Texas Limited Sales, Excise, and Use
Tax Act, the Contractor can probably be exempted in the same manner stated above.
Texas Limited Sales , Excise, and Use Tax Act permits and information can be obtained
from:
Comptroller of Public Accounts
Sales Tax Division
Capitol Station
Austin, TX
C6-6(10)
PART C -GENERAL CONDITIONS
C7-7 PROSECUTION AND PROGRESS
SECTION C7-7 PROSECUTION AND PROGRESS:
C7-7 .1 SUBLETTING : The Contractor shall perform with his own organization ,
and with the assistance of workmen under his immediate superintendance, work of a
value of not less than fifty (50 %) percent of the value embraced on the contract. If the
Contractor sublets any part of the work to be done under these Contract Documents, he
will not under any circumstances be relieved of the responsibility and obligation assumed
under these Contract Documents. All transactions of the Engineer will be with the
Contractor. Subcontractors will be considered only in . the capacity of employees or
workmen of the Contractor and shall be subject tot he same requirements as to character
and competency . The Owner will not recognize any subcontractor on the work. The
Contractor shall at all times, when the work is in operation, be represented either in
person or by a superintendent or other designated representatives .
C7-7.2 ASSIGNMENT OF CONTRACT: The Contractor shall not assign, transfer,
sublet, or otherwise dispose of the contract or his rights , title , or interest in or to the same
or any part thereof without the previous consent of the Owner expressed by re solution of
the City Council and concurred in by the Sureties.
If the Contractor does, without such previous consent , assign , transfer, sublet, convey, or
otherwise dispose of the contract or his right , title, or interest therein or any part thereof,
to any person or persons, partnership, company, firm, or corporation , or does by
bankruptcy, voluntary or involuntary , or by assignment under the insolvency laws of any
states , attempt to dispose of the contract may, at the option of the Owner be revoked and
annulled, unless the Sureties shall successfully complete said contract, and in the event of
any such revocation or annulment , any monies due or to become due under or by virtue of
said contract shall be retained by the Owner as liquidated damages for the reason that it
would be impracticable and extremely difficult to fix the actual damages .
C7-7 .3 PROSECUTION OF THE WORK: Prior to beginning any construction
operations, the Contractor shall submit to the Engineer in five or more copies , if
requested by the Engineer, a progress schedule preferably in chart or diagram form , or a
brief outlining in detail and step by step the manner of prosecuting the work and ordering
materials and equipment which he expects to follow in order to complete the project in
the scheduled time. There shall be submitted a table of estimated amounts to be earned by
the Contractor during each monthly estimate period.
The Contractor shall commence the work to be performed under this contract within the
time limit stated in these Contract Documents and shall conduct the work in a continuous
manner and with sufficient equipment, materials, and labor as is necessary to insure it s
completion within the time limit.
C7-7(1)
The sequence requested of all construction operations shall be at all times as specified in
the Special Contract Documents. Any Deviation from such sequencing shall be submitted
to the Engineer for his approval. Contractor shall not proceed with any deviation until he
has received written approval from the Engineer. Such specification or approval by the
Engineer shall not relieve the Contractor from full responsibility of the complete
performance of the Contract.
The contract time may be changed only as set forth in Section C7-7.8 EXTENSION OF
TIME OF COMPLETION of this Agreement , and a progress schedule shall not constitute
a change in the contract time .
C7-7.4 LIMITATION OF OPERATIONS: The working operations shall at all
times be conducted by the Contractor so as to create a minimum amount of inconvenience
to the public. At any time when, in the judgment of the Engineer, the Contractor has
obstructed or closed or is carrying on operations in a portion of a street or public way
greater than is necessary for proper execution of the work, the Engineer may require the
Contractor to fin ish the section on which operations are in progress before the work is
commenced on any additional section or street.
C7-7 .5 CHARACTER OF WORKMEN AND EQUIPMENT: Local labor shall be
used by the Contractor when it is available. The Contractor may bring from outside the
City of Fort Worth his key men and his superintendent. All other workmen , including
equipment operators, may be imported only after the local supply is exhausted. The
Contractor shall employ only such superintendents , foremen , and workmen who are
careful , competent, and fully qualified to perform the duties and tasks assigned to them,
and the Engineer may demand and secure the summary dismissal of any person or persons
employed by the Contractor in or about or on the work who , in the opinion of the Owner,
shall misconduct himself or to be found to be incompetent, disrespectful , intemperate,
dishonest, or otherwise obj_ectionable or neglectful in the proper performance of his or
their duties, or who neglect or refuses to comply with or carry out the direction of the
owner, and such person or persons shall not be employed again thereon without written
consent of the Engineer.
All workmen shall have sufficient skill, ability, and experience to properly perform the
work assigned to them and operate any equipment necessary to properly carry out the
performance of the assigned duties .
The Contractor shall furnish and maintain on the work all such equipment as is
considered to be necessary for the prosecution of the work in an acceptable manner and at
a satisfactory rate of progress. All equipment, tools , and machinery used for handling
materials and executing any part of the work shall be subject to the approval of the
Engineer and shall be maintained in a satisfactory, safe and efficient working condition .
Equipment on any portion of the work shall be such that no injury to the work. Workmen
or adjacent property will result from its use.
C7-7(2)
C7-7.6 WORK SCHEDULE: Elapsed working days shall be computed starting
with the first day of the work completed as defined in Cl-1.23 "WORKING DAYS " or
the date stipulated in the "WORK ORDER" for beginning work, whichever comes first.
Nothing in these Contract Documents shall be construed as prohibiting the Contractor
from working on Saturday, Sunday or Legal Holidays , providing that the following
requirements are met:
a. A request to work on a specific Saturday, Sunday or Legal Holiday must
be made to the Engineer no later that the preceding Thursday .
b . Any work to be done on the project on such a specific Saturday, Sunday or
Legal Holiday must be, in the opinion of the Engineer , essential to the
timely completion of the project.
The Engineer 's decision shall be final in response to such a request for approval to work
on a specific Saturday, Sunday or Legal Holiday, and no extra compensation shall be
allowed to the Contractor for any work performed on such a specific Saturday, Sunday or
Legal Holiday.
Calendar Days shall be defined in C 1-1 .24 and the Contractor may work as he so desires.
C7-7.7 TIME OF COMMENCEMENT AND COMPLETION: The Contractor shall
commence the working operations within the time specified in the Contract Documents
and set forth in the Work Order. Failure to do so shall be considered by the owner as
abandonment of the Contract by the Contractor and the Owner may proceed as he sees fit.
The Contractor shall maintain a rate of progress such as will insure that the whole work
will be performed and the premises cleaned up in accordance with the Contract
Documents and within the time established in such documents and such extension of time
as may be properly authorized.
C7-7.8 EXTENSION OF TIME COMPLETION: The Contractor's request for an
extension of time of completion shall be considered only when the request for such
extension is submitted in writing to the Engineer within seven days from and after the
time alleged cause of delay shall occurred. Should an extension of the time of completion
be requested such request will be forwarded to the City Council for approval.
In adjusting the contract time for completion of work, consideration will be given to
unforeseen causes beyond the control of and without the fault or negligence of the
Contractor, fire, flood , tornadoes, epidemics, quarantine restrictions , strikes, embargoes,
or delays of sub-contractors due to such causes .
C7-7(3)
When the date of completion is based on a calendar day bid , a request for extension of
time because of inclement weather will not be considered. A request for extension of time
due to inability to obtain supplies and materials will be considered only when a review of
the Contractor's purchase order dates and other pertinent data as requested by the
Engineer indicates that the Contractor has made a bonafide attempt to secure delivery on
schedule. This shall include efforts to obtain the supplies and materials from alternate
sources in case the first source cannot make delivery.
If satisfactory execution and completion of the contract should require work and materials
in greater amounts or quantities than those set forth in the approved Contract Documents,
then the contract time mat be increased by Change Order.
C7-7 .9 DELAYS: The Contractor shall receive no compensation for delays or
hindrances to the work, except when direct and unavoidable extra cost to the Contractor
is caused by the failure of the City to provide information or material , if any, which is to
be furnished by the City. When such extra compensation is claimed , a written statement
thereof shall be presented by the Contractor to the Engineer and if by the Engineer found
correct, shall be approved and referred by the Engineer to the City Council for final
approval or disapproval; and the action thereon by the City Council shall be final and
binding. If delay is caused by specific orders given by the Engineer to stop work, or by
the performance of extra work, or by the failure of the City to provide material or
necessary instructions for carrying on the work, then such delay will entitle the Contractor
to an equivalent extension of time, his application for shall , however, be subject to the
approval of the City Council: and no such extension of time shall release the Contractor
or the surety on his performance bond from all his obligations hereunder which shall
remain in full force until the discharge of the contract.
C7-7.10 TIME OF COMPLETION: The time of completion is an essential
element of the Contract. Each bidder shall indicate in the appropriate place on the last
page of the proposal, the number of working days or calendar days that he will require to
fully complete this contract or the time of completion will be specified by the City in the
proposal section of the Contract Documents.
The number of days indicated shall be a realistic estimate of the time required to complete
the work covered by the specific contract being bid upon. The amount of time so stated
by the successful bidder or the City will become the time of completion specified in the
Contract Documents.
For each calendar day that any work shall remain uncompleted after the time specified in
the Contract Documents, or increased time granted by the Owner, or as automatically
increased by additional work or materials ordered after the contract is signed, the sum per
day given in the following schedule, unless otherwise specified in other parts of the
Contract Documents, will be deducted from the monies due the Contractor, not as a
penalty, but as liquidated damages suffered by the Ownef .
C7-7(4)
AMOUNT OF CONTRACT AMOUNT OF
LIQUIDATED
DAMAGES
PER DAY
Less than $ 5,000 inclusive $ 35.00
$ 5,001 to $ 15 ,000 inclusive $ 45.00
$ 15,001 to $ 25,000 inclusive $ 63 .00
$ 25,001 to $ 50 ,000 inclusive $ 105 .00
$ 50,001 to $ 100,000 inclusive $ 154 .00
$ 100 ,001 to $ 500,000 inclusive $ 210 .00
$ 500,001 to $1,000,000 inclusive $ 315.00
$1,000,001 to $2,000,000 inclusive $ 420.00
$2,000,000 and over $ 630.00
The parties hereto understand and agree that any harm to the City caused by the
Contractor 's delay in completing the work hereunder in the time specified by the Contract
Documents would be incapable or very difficult to calculate due to lack of accurate
information , and that the "Amount of Liquidated Damages Per Day", as set out above , is
a reasonable forecast of just compensation due the City for harm caused by any delay .
C7-7.11 SUSPENSION BY COURT ORDER: The Contractor shall suspend
operations on such part or parts of the work ordered by any court, and will not be entitled
to additional compensation by virtue of such court order. Neither will he be liable to the
City in the vent the work is suspended by a Court Order. Neither will the Owner be liable
to the Contractor by virtue of any Court Order or action for which the Owner is not solely
responsible.
C7-7.12 TEMPORARY SUSPENSION: The Owner shall have the right to suspend
the work operation wholly or in part for such period or periods of time as he may deem
necessary due to unsuitable weather conditions or any other unsuitable conditions which
in the opinion of the Owner or Engineer cause further prosecution of the work to be
unsatisfactory or detrimental to the interest of the project. During temporary suspension
of the work covered by this contract, for any reason, the Owner will make no extra
payment for stand-by time of construction equipment and/or construction crews.
If it should become necessary to suspend work for an indefinite period, the Contractor
shall store all materials in such manner that they will not obstruct or impede the public
unnecessarily nor become damaged in any way, and he shall take every precaution to
prevent damage or deterioration of the work performed ; he shall provide suitable drainage
about the work , and erect temporary structures where neces sary .
Should the Contractor not be able to complete a portion of the project due to cau ses
beyond the control of and without the fault or negligence of the Contractor as set forth in
Paragraph C7-7.8 EXTENSION OF THETIME OF COMPLETION, and should it be
C7-7(5)
determined by mutual consent of the Contractor and the Engineer that a solution to allow
construction to proceed is not available within a reasonable period of time, then the
Contractor may be reimbursed for the cost of moving his equipment off the job and
returning the necessary equipment to the job when it is determined by the Engineer that
construction may be resumed . Such reimbursement shall be based on actual cost to the
Contractor of moving the equipment and no profit will be allowed.
No reimbursement shall be allowed if the equipment is moved to another construction
project for the City of Fort Worth.
The Contractor shall not suspend work without written notice from the Engineer and shall
proceed with the work operations promptly when notified by the Engineer to so resume
operations.
C7-7.13 TERMINATION OF CONTRACT DUE TO NATIONAL EMERGENCY:
Whenever, because of National Emergency, so declared by the president of the United
States or other lawful authority, it becomes impossible for the Contractor to obtain all of
the necessary labor, materials, and equipment for the prosecution of the work with
reasonable continuity for a period of two months , the Contractor shall within seven days
notify the City in writing, giving a detailed statement of the efforts which have been made
and listing all necessary items of labor, materials , and equipment not obtainable. If, after
investigations, the owner finds that such conditions existing and that the inability of the
Contractor to proceed is not attributable in whole or in part to the fault or neglect of the
Contractor, than if the Owner cannot after reasonable effort assist the Contractor in
procuring and making available the necessary labor , materials, and equipment within
thirty days, the Contractor my request the owner to terminate the contract and the owner
may comply with the request, and the termination shall be conditioned and based upon a
final settlement mutually acceptable to both the Owner and the Contractor and final
payment shall be made in accordance with the terms of the agreed settlement, which shall
include. But not be limited to the payment for all work executed but not anticipated
profits on work which has not been performed.
C7-7 .14 SUSPENSION OR ABANDONMENT OF THE WORK AND ANNULMENT
OF THE CONTRACT: The work operations on all or any portion or section of the
work under Contract shall be suspended immediately on written order of the Engineer or
the Contract may be declared canceled by the City Council for any good and sufficient
cause. The following, by way of example, but not of limitation, may be considered
grounds for suspension or cancellation:
a. Failure of the Contractor to commence work operations within the time
specified in the Work Order issued by the Owner.
b. Substantial evidence that progress of the work operations by the
Contractor is insufficient to complete the work within the specified time.
C7-7(6)
c. Failure of the Contractor to provide and maintain sufficient labor and
equipment to properly execute the working operations .
d. Substantial evidence that the Contractor has abandoned the work.
e. Substantial evidence that the Contractor has become insolvent or bankrupt,
or otherwise financially unable to carry on the work satisfactorily.
f. Failure on the part of the Contractor to observe any requirements of the
Contract Documents or to comply with any orders given by the Engineer
or Owner provided for in these Contract Documents.
g. Failure of the Contractor promptly to make good any defect in materials or
workmanship, or any defects of any nature the correction of which has
been directed in writing by the Engineer or the Owner.
h. Substantial evidence of collusion for the purpose of illegally procuring a
contract or perpetrating fraud on the City in the construction of work under
contract.
1. A substantial indication that the Contractor has made an unauthorized
assignment of the contract or any funds due therefrom for the benefit of
any creditor or for any other purpose.
J . If the Contractor shall for any cause whatsoever not carry on the working
operation in an acceptable manner.
k. If the Contractor commences legal action against the Owner.
A Copy of the suspension order or action of the City Council shall be served on the
Contractor's Sureties. When work is suspended for any cause or causes, or when the
contract is canceled, the Contractor shall discontinue the work or such part thereof as the
owner shall designate, whereupon the Sureties may, at their option, assume the contract
or that portion thereof which the Owner has ordered the Contractor to discontinue , and
may perform the same or may, with written consent of the owner, sublet the work or that
portion of the work as taken over, provided however, that the Sureties shall exercise their
option, if at all, within two weeks after the written notice to discontinue the work has
been served upon the Contractor and upon the Sureties or their authorized agents. The
Sureties , in such event shall assume the Contractor 's place in all respects, and shall be
paid by the Owner for all work performed by them in accordance with the terms of the
Contract Documents. All monies remaining due the Contractor at the time of this default
shall thereupon become due and payable to the Sureties as the work progresses, subject to
all of the terms of the Contract Documents.
C7-7(7)
In case the Sureties do not, within the hereinabove specified time, exercise their right and
option to assume the contract responsibilities , or that portion thereof which the Owner
has ordered the Contractor to discontinue, then the Owner shall have the power to
complete, by contract or otherwise, as it may determine , the work herein described or
such work thereof as it may deem necessary, and the Contractor hereto agrees that the
Owner shall have the right to take possession of and use any materials, plants , tools,
equipment, supplies, and property of any kind provided by the Contractor for the purpose
of carrying on the work and to procure other tools, equipment, materials, labor and
property for the completion of the work, and to charge to the account of the Contractor of
said contract expense for labor, materials, tools, equipment, and all expenses incidental
thereto. The expense so charged shall be deducted by the owner from such monies as may
be due or may become due at any time thereafter to the Contractor under and by virtue of
the Contract or any part thereof. The Owner shall not be required to obtain the lowest bid
for the work completing the contract, but the expense to be deducted shall be the actual
cost of the owner of such work
In case such expenses shall exceed the amount which would have been payable under the
Contract if the same had been completed by the Contract, then the Contractor and his
Sureties shall pay the amount of such excess to the City on notice from the Owner of the
excess due. When any particular part of the work is being carried on by the Owner by
contract or otherwise under the provisions of this section, the Contractor shall continue
the remainder of the work in conformity with the terms of the Contract Documents and in
such a manner as to not hinder or interfere with the performance of the work by the
Owner.
C7-7.15 FULFILLMENT OF CONTRACT:The Contract will be considered as having
been fulfilled, save as provided in any bond or bonds or by law , when all the work and all
sections or parts of the project covered by the Contract Documents have been finished
and completed, the final inspection made by the Engineer, and the final acceptance and
final payment made by the Owner.
C7-7 .16 TERMINATION FOR CONVENIENCE OF THE OWNER:
The performance of the work under this contract may be terminated by the Owner in
whole, or from time to time in part, in accordance with this section , whenever the Owner
shall determine that such termination is in the best interest of the Owner.
A. NOTICE OF TERMINATION: Any Termination shall be effected by
mailing a notice of the termination to the Contractor specifying the extent
to which performance of work under the contract is terminated, and the
date upon which such termination becomes effective. Receipt of the notice
shall be deemed conclusively presumed and established when the letter is
placed in the United States Postal Service Mail by the Owner. Further, it
shall be deemed conclusively presumed and established that such
termination is made with just cause as therein stated; and no proof in any
C7-7(8)
B .
claim, demand or suit shall be required of the Owner regarding such
discretionary action
CONTRACTOR ACTION: After receipt of a notice of termination,
and except as otherwise directed by the Engineer , the Contractor shall :
1. Stop work under the contract on the date and to the extent
specified in the notice of termination;
2 . place no further orders or subcontracts for materials,
services or facilities except as may be necessary for
completion of such portion of the work under the contract
as is not terminated;
3. terminate all orders and subcontracts to the extent that they
relate to the performance of the work terminated by notice
of termination;
4. transfer title to the Owner and deliver in the manner , at the
times, and to the extent, if any , directed by the Engineer:
a. the fabricated or unfabricated parts, work in
progress, completed work, supplies and other
material produced as a part of, or acquired in
connection with the performance of, the work
terminated by the notice of the termination; and
b. The completed , or partially completed plans ,
drawings, information and other property which, if
the contract had been completed, would have been
required to be furnished to the Owner.
5. complete performance of such work as shall not have been
terminated by the notice of termination; and
6. Take such action as may be necessary, or as the Engineer
may direct, for the protection and preservation of the
property related to its contract which is in the possession of
the Contractor and in which the owner has or may acquire
the rest.
At a time not later than 30 days after the termination date specified in the
notice of termination , the Contractor may submit to the Engineer a list,
certified as to quantity and quality , of any or all items of termination
inventory not previously disposed of, exclusive of items the disposition of
C7-7(9)
C .
D.
E.
F.
which has been directed or authorized by Engineer, Not later than 15 days
thereafter, the owner shall accept title to such items provided, that the list
submitted shall be subject to verification by the Engineer upon removal of
the items or, if the items are stored, within 45 days from the date of
submission of the list , and any necessary adjustments to correct the list as
submitted, shall be made prior to final settlement.
TERMINATION CLAIM: Within 60 days after the notice of
termination, the Contractor shall submit his termination claim to the
Engineer in the form and with the certification prescribed by the Engineer.
Unless one or more extensions in writing are granted by the Owner upon
request of the Contractor, made in writing within such 60-day period or
au thorized extension thereof, any and all such claims shall be conclusively
deemed waived.
AMOUNTS: Subject to the prov1S1ons of Item C7-7 .l(C), the
Contractor and the Owner may agree upon the whole or any part of the
amount or amounts to be paid to the Contractor by reason of the total or
partial termination of the work pursuant hereto ; provided, that such agreed
amount or amounts shall never exceed the total contract price reduced by
the amount of payments otherwise made and as further reduced by the
contract price work not terminated. The contract shall be amended
accordingly, and the Contractor shall be paid the agreed amount. No
amount shall be due for lost or anticipated profits> Nothing in C7-7. l 6(E)
hereafter, prescribing the amount to be paid to the Contractor by reason of
the termination of work pursuant to this section, shall be deemed to limit,
restrict or otherwise determine or affect the amount or amounts which may
be agreed upon to be paid to the Contractor pursuant to this paragraph.
FAIL URE TO AGREE: In the event of the failure of the Contractor
and the Owner to agree as provided in C7-7.16(D) upon the whole amount
to be paid to the Contractor by reason of the termination of the work
pursuant to this section, the Owner shall determine, on the basis of
information available to it, the amount, if any, due to the Contractor by
reason of the termination and shall pay to the Contractor the amounts
determined. No amount shall be due for lost or anticipated profits.
DEDUCTIONS: In arriving at the amount due the Contractor under
this section there shall be deducted ;
1 . all unliquidated advance or other payments on account
theretofore made to the Contractor, applicable to the
terminated portion of this contract;
C7-7(10)
G .
H.
2 . any claim which the Owner may have against the
Contractor in connection with this contract; and
3. the agreed price for , or the proceeds of the sale of, any
materials, supplies or other things kept by the Contractor or
sold, pursuant to the provisions of this clause , and not
otherwise recovered by or credited to the Owner.
ADJUSTMENT: If the termination hereunder be partial, prior to the
settlement of the terminated portion of this contract, the Contractor may
file with the Engineer a request in writing for an equitable adjustment of
the price or prices specified in the contract relating to the continued
portion of the contract (the portion not terminated by notice of
termination), such equitable adjustment as may be agreed upon shall be
made in such price or prices; noting contained herein , however, shall limit
the right of the owner and the Contractor to agree upon the amount or
amounts to be paid tot he Contractor for the completion of the continued
portion of the contract when said contract does not contain an established
contract price for such continued portion.
NO LIMITATION OF RIGHTS : Noting contained in this section shall
limit or alter the rights which the Owner may have for termination of this
contract under C7-7 .14 hereof entitled "SUSPENSION OR
ABANDONMENT OF THE WORK AND ANNULMENT OF
CONTRACT" or any other right which the Owner may have for default or
breach of contract by Contractor.
C7-7 .I7 SAFETY METHODS AND PRACTICES: The Contractor shall be
responsible for initiating, maintaining and supervising all safety precautions and
programs in connection with the work at all times and shall assume all responsibilities for
their enforcement.
The Contractor shall comply with federal, state , and local laws , ordinances , and
regulations so as to protect person and property from injury , including death , or damage
in connection with the work .
C7-7(11)
PART C -GENERAL CONDITIONS
C8-8 MEASUREMENT AND PAYMENT
SECTION C8-8 MEASUREMENT AND PAYMENT
C8-8.1 MEASUREMENT OF QUANTITIES: The determination of quantities of
work performed by the Contractor and authorized by the Contract Documents acceptably
completed under the terms of the Contract Documents shall be made by the Engineer,
based on measurements made by the Engineer. These measurements will be made
according to the United States Standard Measurements used in common practice, and will
be the actual length, area, solid contents, numbers, and weights of the materials and item
installed.
C8-8.2 UNIT PRICES: _When in the Proposal a "Unit Price" is set forth, the said
"Unit Price" shall include the furnishing by the Contractor of all labor, tools, materials ,
machinery, equipment, appliances and appurtenances necessary for the construction of
and the completion in a manner acceptable to the Engineer of all work to be done under
these Contract Documents.
The "Unit Price" shall include all permanent and temporary protection of overhead,
surface, and underground structures, cleanup, finishing costs, overhead expense, bond,
insurance, patent fees , royalties , risk due to the elements and other clauses, delays ,
profits, injuries , damages claims, taxes, and all other items not specifically mentioned that
may be required to fully construct each item of the work complete in place and in a
satisfactory condition for operation.
C8-8 .3 LUMP SUM: When in the Proposal a "Lump Sum" is set forth, the said
"Lump Sum" shall represent the total cost for the Contractor to furnish all labor, tools,
materials, machinery, equipment, appurtenances, and all subsidiary work necessary for
the construction and completion of all the work to provide a complete and functional item
as detailed in the Special Contract Documents and/or Plans.
C8-8 .4 SCOPE OF PAYMENT: The Contractor shall receive and accept the
compensation as herein provided, in full payment for furnishing all labor, tools , materials,
and incidentals for performing all work contemplated and embraced under these Contract
Documents, for all loss and damage arising out of the nature of the work or from the
action of the elements, for any unforeseen defects or obstructions which may arise or be
encountered during the prosecution which may arise or be encountered during the
prosecution of the work at any time before its final acceptance by the Owner, (except as
provided in paragraph C5-5 .14) for all risks of whatever description connected with the
prosecution of the work, for all expenses incurred by or in consequence of the suspension
or discontinuance of such prosecution of the working operations as herein specified, or
any and all infringements of patents, trademarks, copyrights, or other legal reservations,
C8-8(1)
and for completing the work in an acceptable manner according to the terms of the
Contract Documents .
The payment of any current or partial e stimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials , or equipment , nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew, or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances, or any damage due or attributed to such defects, which defects,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the one year guaranty period after the final acceptance.
The Owner shall be the sole judge of such defects, imperfections, or damage , and the
Contractor shall be liable to the Owner for failure to correct the same as provided herein.
C8-8 .5 PARTIAL ESTIMATES AND RET AINA GE : Between the 1 st and the 5th
day of each month, the Contractor shall submit to the Engineer a statement showing an
estimate of the value of the work done during the previous month, or estimate period
under the Contract Documents. Not later than the 10th day of the month, the Engineer
shall verify such estimate, and if it is found to be acceptable and the value of the work
performed since the last partial payment was made exceeds one hundred dollars ($100.00)
inn amount, 90 % of such estimated sum will be paid to the Contractor if the total contract
amount is less than $400,000.00, or 95 % of such estimated sum will be paid to the
Contractor if the total contract amount is $400,000.00 or greater , within twenty-five (25)
days after the regular estimate period. The City will have the option of preparing
estimates on forms furnished by the City. The partial estimates may include acceptable
nonperishable materials delivered to the work which are to be incorporated into the work
as a permanent part thereof, but which at the time of the estimate have not been installed
(such payment will be allowed on a basis of 85 % of the net invoice value thereof). The
Contractor shall furnish the Engineer such information as he may request to aid him as a
guide in the verification or the preparation of partial estimates .
It is understood that partial estimates from month to month will be approximate only, all
partial monthly estimates and payment will be subject to correction in the estimate
rendered following the discovery of an error in any previous estimate, and such estimate
shall not, in any respect, be taken as an admission of the Owner of the amount of work
done or of its quantity of sufficiency, or as an acceptance of the work done or the release
of the Contractor of any of his responsibilities under the Contract Documents.
The City reserves the right to withhold the payment of any monthly estimate if the
Contractor fails to perform the work strictly in accordance with the specifications or
provisions of this Contract.
C8-8(2)
C8-8 .6 WITHHOLDING PAYMENT: Payment on an y e stimate or e stimates may
be held in abeyance if the performance of the construction operations is not in accordance
with the requirements of the Contract Documents.
C8-8.7 FINAL ACCEPTANCE : Whenever the improvements provided for by
the Contract Documents shall have been completed and all requirements of the Contract
Documents shall have been fulfilled on the part of the Contractor, the Contractor shall
notify the Engineer in writing that the improvements are ready for final inspection . The
Engineer shall notify the appropriate officials of the Owner, will within a reasonable time
make such final inspection, arid if the work is satisfactory, in an acceptable condition, and
has been completed in accordance with the terms of the Contract Documents and all
approved modifications thereof, the Engineer will initiate the processing of the final
estimate and recommend final acceptance of the project and final payment thereof as
outlines in paragraph C8-8.8 below.
C8-8.8 FINAL PAYMENT: Whenever all the improvements provided for by the
Contract Documents and all approved modifications thereof shall have been completed
and all requirements of the Contract Documents have been fulfilled on the part of the
Contractor, a final e stimate showing the value of the work will be prepared by the
Engineer as soon as the necessary measurements , computations , and checks can be made.
All prior estimates upon which payment has been made are subject to necessary
corrections or revisions in the final payment.
The amount of the final estimate, less previous payments and any sums that have been
deducted or retained under the provisions of the Contract Documents, will be paid to the
Contractor within 60 days after the final acceptance by the Owner on a proper resolution
of the City Council , provided the Contractor has furnished to the owner satisfactory
evidence of compliance as follows : Prior to submission of the final estimate for payment ,
the Contractor shall execute an affidavit as furnished by the City, certifying that ;
A. all persons , firms , associations, corporations , or other organizations
furnishing labor and/or materials have been paid in full ,
B . that the wage scale established by the City Council in the City of Fort
Worth has been paid , and
C. that there are no claims pending for personal injury and/or property
damages .
The acceptance by the Contractor of the last or final payment as aforesaid shall operate as
and shall release the owner from all claims or liabilities under the Contract for anything
done or furnished or relating to the work under the Contract Documents or any act or
neglect of said City relating to or connected with the Contract.
C8-8(3)
The making of the final payment by the Owner shall not relieve the Contractor of any
guarantees or other requirements of the Contract Documents which specifically continue
thereafter.
C8-8.9 ADEQUACY OF DESIGN: It is understood that the Owner believes it
has employed competent engineers and designers to prepare the Contract Documents and
all modifications of the approved Contract Documents. It is, therefore, agreed that the
Owner shall be responsible for the adequacy of its own design features, sufficiency of the
Contract Documents, the safety of the structure, and the practicability of the operations of
the completed project, provided the Contractor has complied with the requirements of the
said Contract Documents, all approved modifications thereof, and additions and
alterations thereof approved in writing by the Owner. The burden of proof of such
compliance shall be upon the Contractor to show that he has complied with the Contract
Documents, approved modifications thereof, and all alterations thereof.
C8-8.10 GENERAL GUARANTY: Neither the final certificate of payment nor
any provision in the Contract Documents nor partial or entire occupancy or use of the
premises by the Owner shall constitute an acceptance of the work not done in accordance
with the Contract Documents or relieve the Contractor of liability in respect to any
express warranties or responsibility for faulty materials or workmanship. The Contractor
shall remedy any defects or damages in the work and pay for any damage to the other
work resulting therefrom which shall appear within a period of one year from the date of
final acceptance of the work unless a longer period is specified and shall furnish a good
and sufficient maintenance bond in the amount of 100 percent of the amount of the
contract which shall assure the performance of the general guaranty as above outlined.
The Owner will give notice of observed defects with reasonable promptness .
C8-8.11 SUBSIDIARY WORK: Any and all work specifically governed by
documentary requirements for the project , such as conditions imposed by the Plans, the
General Contract Documents or these Special Contract Documents, in which no specific
item for bid has been provided for in the Proposal, shall be considered as a subsidiary
item of work, the cost of which shall be included in the price bid in the Proposal, for each
bid item. Surface restoration, rock excavation and cleanup are general items of work
which fall in the category of subsidiary work.
C8-8.12 MISCELLANEOUS PLACEMENT OF MATERIAL: Material may be
allocated under various bid items in the Proposal to establish unit pr1ces for
miscellaneous placement of material. These materials shall be used only when directed by
the Engineer , depending on field conditions. Payment for miscellaneous placement of
material will be made for only that amount of material used, measured to the nearest one-
tenth unit. Payment for miscellaneous placement of material shall be in accordance with
the General Contract Documents regardless of the actual amount used for the Project.
C8-8.13 RECORD DOCUMENTS: The Contractor shall keep on record a copy
of all specifications, plans, addenda , modifications , shop drawings and samples at the
C8-8(4)
site, in good order and annotated to show all changes made during the construction
process. These shall be delivered to the Engineer upon completion of the work.
C8-8(5)
SECTION Cl:
SUPPLEMENTARY CONDITIONS TO PART C-GENERAL CONDITIONS
A. General
These Supplementary Conditions amend or supplement the General Conditions of the
Contract and other provisions of the Contract Documents as indicated below. Provisions
which are not so amended or supplemented remain in full force and affect.
B. C8-8 .5 PARTIAL ESTIMATE S AND RETAINAGE : Page C8-8 (2), should be deleted in
its entirety and replaced with the following:
Partial pay estimates shall be submitted by the Contractor or prepared by the City on the
5th day and 20th day of each month that the work is in progress . The estimate shall be
proceeded by the City on the 10th day and 25th day respectively. Estimates will be paid
within 25 days following the end of the estimate period, less the appropriate retainage as
set out below. Partial pay estimates may include acceptable nonperishable materials
delivered to the work place which are to be incorporated into the work as a permanent
part thereof, but which at the time of the pay estimate have not been so installed . If such
materials are included within a pay estimate , payment shall be based upon 85 % of the net
voice value thereof. The Contractor will furni.sh the Engineer such information as may be
reasonably requested to aid in the verification or the preparation of the pay estimate .
For contracts of less than $400,000 at the time of execution, retainage shall be ten per cent
(l 0% ). For contracts of $400 ,000 or more at the time of execution, retainage sh all be fi ve
percent (5%).
Contractor shall pay subcontractors in accord with the subcontract agreement within five
( 5) business days after receipt by Contractor of the payment by City . Contractor's failure
to make the required payments to subcontractors will authorize the City to withhold future
payments from the Contractor until compliance with this paragraph is accomplished .
It is understood that the partial pay estimates will be approximate only , and all partial pay
estimates and payment of same will be subject to correction in the estimate rendered
following the discovery of the mistake in any previous estimate . Partial payment by
Owner for the amount of work done or of its quality or sufficiency or acceptance of the
work done; shall not release the Contractor of any of its responsibilities under the
Contract Documents.
The City reserves the right to withhold the payment of any partial estimate if the
Contractor fails to perform the work in strict accordance with the specifications or other
provisions of this contract.
C. Part C -General Conditions: Paragraph C3-3.11 of the General Conditions is deleted and
replaced with D-3 of Part D -Special Conditions .
D . C3-3 .11 INSURANCE : Page C3-3 (6): Delete subparagraph "g . LOCAL AGENT FOR
INSURANCE AND BONDING "
Revised
10/24 /02
Pg . 1
E. C6-6.12 CONTRACTOR 'S RESPONSIBLITY FOR DAMAGE CLAIMS: Page C6-6
(8), is deleted in its entirety and replaced with the following:
Contractor covenants and agrees to indemnify City's engineer and architect , and their
personnel at the project site for Contractor's sole negligence . In addition, Contractor
covenants and agrees to indemnify, hold harmless and defend , at its own expense , the
Owner, its officers , servants and employees , from and against any and all claims or suits
for property loss , property damage , personal injury , including death, arising out of, or
alleged to arise out of, the work and services to be performed hereunder by Contractor, its
officers , agents , employees , subcontractors , licensees or in vitees , 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 co venants
and agrees to indemnify and hold harmless the Owner from and against any and all injuries
to Owner's officers , servants and employees and any damage , loss or destruction to
property of the Owner arising from the performance of any of the terms and conditions of
this Contract, whether or not any such iniury or damage is caused in whole or in part
by the negligence or alleged negligence of Owner, its officers, servants or employees.
In the event Owner receives a written claim for damages against the Contractor or its
subcontractors prior to final payment , final payment shall not be made until Contractor
either (a) submits to Owner satisfactory evidence that the claim has been settled and/or a
release from the claimant involved , or (b) provides Owner with a letter from Contractor 's
liability insurance carrier that the claim has been referred to the insurance carrier.
The Director may , if he deems it appropriate , refuse to accept bids on other City of Fort
Worth public work from a Contractor against whom a claim for damages is outstanding as
a result of work performed under a City Contract.
F. INCREASED OR DECREASED QUANTITIES: Part C -General Conditions, Section
C4-4 SCOPE OF WORK, Page C 4-4 (1), revise paragraph C4-4.3 INCREASED OR
DECREASED QUANTITIES to read as follows :
G.
The Owner reserves the right to alter the quantities of the work to be performed or to
extend or shorten the improvements at any time when and as found to be necessary, and
the Contractor shall perform the work as altered , increased or decreased at the unit prices
as established in the contract documents. No allowance will be made for any changes in
lo st or anticipated profits nor shall such changes be considered as waiving or invalidating
any conditions or provisions of the Contract Documents .
Variations in quantities of sanitary sewer pipes in depth categories shall be interpreted
herein as applying to the overall quantities of sanitary sewer pipe in each pipe size but not
to the various depth categories .
C3-3 .11 INSURANCE : Page C3-3 (7): Add subparagraph "h. ADDITIONAL
Revised
10/24/02
Pg.2
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 appro v ed 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.
I. Contractor's liability shall not be limited to the specified amounts of insurance
required herein.
Revised
10/24/02
Pg . 3
m. Upon the request of City, Contractor shall provide complete copies of all insurance
policies required by these contract documents .
H. C8-8.4 SCOPE OF PAYMENT: Delete C8 -8.4 , Scope of Payment at page C8-8(1) 1s
deleted in its entirety and replaced with the following:
The Contractor shall receive and accept the compensation as herein provided, in full
payment for furnishing all labor, tools , materials , and incidentals for performing all work
contemplated and embraced under these Contract Documents, for all loss and damage
arising out of the nature of the work or from the action of the elements, for any
unforeseen defects or obstructions which may arise or be encountered during the
prosecution which may arise or be encountered during the prosecution of the work at any
time before its final acceptance by the Owner, (except as provided in paragraph CS-5.14)
for all risks of whatever description connected with the prosecution of the work, for all
expenses incurred by or in consequence of the suspension or discontinuance of such
prosecution of the working operations as herein specified, or any and all infringements of
patents, trademarks , copyrights, or other legal reservations , and for completing the work
in an acceptab le manner according to the terms of the Contract Documents.
The payment of any current or partial estimate prior to the final acceptance of the work by
the Owner shall in no way constitute an acknowledgment of the acceptance of the work,
materials , or equipment , nor in any way prejudice or affect the obligations of the
Contractor to repair, correct, renew , or replace at his own and proper expense any defects
or imperfections in the construction or in the strength or quality of the material used or
equipment or machinery furnished in or about the construction of the work under contract
and its appurtenances , or any damage due or attributed to such defects , which defects ,
imperfections, or damage shall have been discovered on or before the final inspection and
acceptance of the work or during the two (2) year guaranty period after the final
acceptance. The Owner shall be the sole judge of such defects , imperfections , or damage ,
and the Contractor shall be liable to the Owner for failure to correct the same as provided
herein.
I. C8 -8. l O GENERAL GUARANTY : Delete C8-8.10 , General Guaranty at page C8-8(4) is deleted
in its entirety and replaced with the following :
Neither the final certificate of payment nor any provision in the Contract Documents , nor partial or
entire occupancy or use of the premises by the Owner shall constitute an acceptance of work not
done in accordance with the Contract Documents or relieve the Contractor of liability in respect to
any express warranties or responsibility for faulty materials or workmanship . The Contractor shall
remedy any defects or damages in the work and pay for any damage to other work or property
resulting therefrom which shall appear within a period of two (2) years from the date of fin al
acceptance of the work unless a longer period is specified and shall furni sh a good and sufficient
maintenance bond in the amount of 100 percent of the amount of the contract which shall assure
the performance of the general guaranty as above outlined. The Owner will give notice of obser ved
defects with reasonable promptness .
Revised
10/24/02
Pg.4
Any reference to any shorter period of time of warranty contained elsewhere within the
specifications shall be resolved in favor of this specifications , it being the City's intent that
the Contractor guarantee its work for a period of two (2) years following the date of
acceptance of the project.
In the Special Instructions to Bidders , TPW contracts place the following in lieu of the
existing paragraph 2 .
J. Part C -General Conditions, Section C2-2 INTERPRETATION AND PREPARATION
OF PROPOSAL, Page C2 -2 (4) exchange paragraphs C2-2.7 , C2-2 .8 and C2-2.9 with the
following:
C2-2.7 DELIVERY OF PROPOSAL: No proposal will be considered unless it is
delivered, accompanied by its proper Bid Security, to the Purchasing Manager or his
representative at the official location and stated time set forth in the "Notice to Bidders ."
It is the Bidder's sole responsibility to deliver the proposal at the proper time to the proper
place. The mere fact that a proposal was dispatched will not be considered. The Bidders
must have the proposal actually delivered. Each proposal shall be in a sealed envelope
plainly marked with the word "PROPOSAL," and the name or description of the project as
designated in the "Notice to Bidders ." The envelope shall be addressed to the Purchasing
Manager, City of Fort Worth Purchasing Division, P .O . Box 17027 , Fort Worth, Texas
76102.
C2 -2.8 WITHDRAWING PROPOSALS : Proposals actually filed with the Purchasing
Manager cannot be withdrawn prior to the time set for opening proposals . A request for
non-consideration of a proposal must be made in writing, addressed to the City Manager,
and filed with him prior to the time set for the opening of proposals. After all proposals
not requested for non-consideration are opened and publicly read aloud, the proposals for
which non-consideration requests have been properly filed may, at the option of the
Owner, be returned unopened.
C2-2.9 TELEGRAPHIC MODIFICATION OF PROPOSALS: Any bidder may modify
his proposal by telegraphic communication at any time prior to the time set for opening
proposals , provided such telegraphic communication is received by the Purchasing
Manager prior to the said proposal opening time , and provided further , that the City
Manager is satisfied that a written and duly authenticated confirmation of such telegraphic
communication over the signature of the bidder was mailed prior to the proposal opening
time. If such confirmation is not received within forty-eight ( 48) hours after the proposal
opening time , no further consideration will be given to the proposal
K. C3 -3.7 BONDS (CITY LET PROJECTS): Reference Part C, General Conditions , dated
November 1, 1987 ; (City let projects) make the following revisions :
1. Page C3 -3(3); the paragraph after paragraph C3-3 . 7d Other Bonds should be revised to
read :
Revised
10/24/02
Pg. 5
In order for a surety to be acceptable to the City, the surety must (1) hold a certificate of
authority from the United States secretary of the treasury to qualify as a surety on
obligations permitted or required under federal law ; or (2) have obtained reinsurance for
any liability in excess of $100 ,000 from a reinsurer that is authorized and admitted as a
reinsurer in the state of Texas and is the holder of a certificate of authority from the
Untied States secretary of the treasury to qualify as a surety on obligations permitted or
required under federal law. Satisfactory proof of any such reinsurance shall be
provided to the City upon request. The City, in its sole discretion , will determine the
adequacy of the proof required herein.
2. Pg . C3-3(5) Paragraph C3-3.11 INSURANCE delete subparagraph "a.
COMPENSATION INSURANCE".
3. Pg . C3-3(6), Paragraph C3-3 .11 INSURANCE delete subparagraph "g . LOCAL
AGENT FOR INSURANCE AND BONDING".
L. RIGHT TO AUDIT : Part C -General Conditions , Section C8-8
MEASUREMENT AND PAYMENT, Page C8-8 (5), add the following :
C8-8 .14 RIGHT TO AUDIT:
(a) Contractor agrees that the City shall, until the expiration of three (3) years after final
payment under this contract, have access to and the right to examine and photocopy any
directly pertinent books , documents , papers and records of the Contractor involving
transactions relating to this contract. Contractor agrees that the City shall have access
during normal working hours to all necessary Contractor facilities and shall be provided
adequate and appropriate work space in order to conduct audits in compliance with the
provisions of this section. The City shall give contractor reasonable advance notice of
intended audits .
(b) Contractor further agrees to include in all its subcontracts hereunder a provision to the
effect that the subcontractor agrees that the City shall , until the expiration of three (3)
years after final payment under the subcontract, have access to and the right to examine
and photocopy any directly pertinent books , documents , papers and records of such
subcontractor, involving transactions to the subcontract , and further , that City shall
have access during normal working hours to all subcontractor facilities, and shall be
provided adequate and appropriate work space, in order to conduct audits in compliance
with the provisions ohhis article . City shall give subcontractor reasonable advance notice
of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City. The City agrees to reimburse the Contractor for the cost of copies
as follows :
Revised
10/24/02
1. 50 copies and under -10 cents per page
Pg. 6
2, More than 50 copies -85 cents for the first page plus
fifteen cents for each page thereafter
M . SITE PREPARATION :
The Contractor shall clear rights-of-w ay or easement s of obstruction which must be
removed to make po ssible proper prosecution of the work as a part of this project
construction operations . The contractor's attention is directed to paragraph C6-6.10 work
within easements , page C6-6(4), part C -General Conditions of the Water Department
General Contract Document and General Specifications.
Clearing and restoration shall be considered as incidental to construction and all costs
incurred will be considered to be included in the Linear Foot price of the pipe .
N. Reference Part C -General Conditions , Section C6-6.8 BARRICADES, WARNINGS
AND WATCHMEN :
1. Wherever the word Watchmen appears in this paragraph, it shall be changed to the
word flagmen.
2 . In the first paragraph, lines five (5) and six (6), change the phrase take all such other
precautionary measures to take all reasonable necessary measures .
0 . MINORITY/WOMEN BUSINESS ENTERPRISE COMPLIANCE:
Reference Part C (General Conditions), Section C3-3.2 Entitled "MINORITY BUSINESS
ENTERPRISE/WOMEN-OWNED BUSINESS ENTERPRISE COMPLIANCE" shall be
deleted in its entirety and replaced with the following :
Upon request , Contractor agrees to provide to Owner complete and accurate information
regarding actual work performed by a Minority Business Enterprise (MBE) and/or a
Woman Business Enterprise (WBE) on the contract and payment therefore. Contractor
further agrees to permit an audit and/or examination of any books , records or files in its
possession that will substantiate the actual work performed by an MBE and/or WBE . The
misrepresentation of facts ( other than a negligent misrepresentation) and/or the
commission of fraud by the Contractor will be grounds for termination of the contract
and/or initiating action under appropriate federal , state or local laws or ordinances relating
to false statements; further , any such misrepresentation ( other than negligent
misrepresentation) and/or commission of fraud will result in the Contractor being
determined to be irresponsible and barred from participating in City work for a period of
time of not less than thee (3) years.
Revised
10/24/02
Pg. 7
P . WAGE RATES: Section C3-3.13 of the General Conditions is deleted and re laced with
the following :
(a) The contractor shall comply with all requirements of Chapter 2258, Texas Government
Code, including the payment of not less than the rates detennined by the City Council of
t he City of Fort Worth to be the prevailing wage rates in accordance with Chapter 2258,
exas Government Code. Such revailing wage rates are included in these contract
documents.
(b) The contractor shall, for a period of three (3) years following the date of acceptance of
the work, maintain records that show (i) the name and occupation of each worker
employed by the contractor in the construction of the work provided for in thi s contract;
and (ii) the actual per diem wages paid to each worker. These records s hall be open at all
reasonable hours for in spection by the City. The rovisions of Section C-1, L. Right to
udit (Rev. 9 /30/02 ertain to this insP.ection.
( c) The contractor shall include in its subcontracts and/or shall otherwise re uire all of its
subcontractors to com ly with ara raP.hs (a) and (b) above .
(d) With each partial payment estimate or payroll period , whichever is less , an affidavit
stating that the contractor has com Lied with the re uirements of Cha ter 2258, Texas
Government Code.
he contractor shall ost the revailing wage rates in a conspicuous lace at the site of the
project at all times.
Revised
10/24/02
Pg. 8
PART D -SPE C JAL CONDlT tONS
D-1 GENERAL. .......................................................................................................................... 3
D-2 COORDINAT ION MEETING ............................................................................................... 5
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COfVlPENSATION LAW ..................... 5
D-4 COORDINATION WITH FORT WORTH WATER DEPARTMENT ...................................... 7
D-5 CROSSING OF EXISTING UTILITIES ................................................................................ 7
D-6 · EXISTING UTILITIES AND IMPROVEMENTS .................................................................... 8
D-7 CONSTRUCTION TRAFFIC OVER PIPELINES ................................................................. 8
D-8 TRAFFIC CONTROL .......................................................................................................... 9
D-9 DETOURS ........................................................................................................................ 10 ·
D-10 EXAMINATION OF SITE ............................................................................................... 10
D-11 ZONING COMPLIANCE ................................................................................................ 10
D-12 WATER FOR .CONSTRUCTION ................................................................................... 10
D-13 WASTE MATERIAL ...................................................................................................... 10
D-14 PROJECT CLEANUP AND FINAL ACCEPTANCE ....................................................... 10
D-15 SAFETY RESTRICTIONS -WORK NEAR HIGH VOLTAGE LINES ............................. 11
D-16 BID QUANTITIES .......................................................................................................... 11
D-17 CUTTING OF CONCRETE ........................................................................................... 11
D-18 PROJECT DESIGNATION SIGN .................................................................................. 12
D-19 CONCRETE SIDEWALK AND DRIVEWAY REPLACEMENT ...................................... 12
D-20 MISCELLANEOUS PLACEMENT OF MATERIAL. ........................................................ 12
D-21 CRUSHED LIMESTONE BACKFILL ............................................................................. 12
D-22 2:27 CONCRETE .......................................................................................................... 13
D-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION .......................................... 13
D-24 TRENCH PAVEMENT (PERMANENT) REPAIR (E2-19) FOR UTILITY CUTS ............. 14
D-25 SITE SPECIFIC TRENCH SAFETY SYSTEM (COVERS ALL PROJECTS) ................. 15
D-26 SANITARY SEWER MANHOLES ................................................................................. 16
D-27 SANITARY SEWER SERVICES ................................................................................... 19
D-28 REMOVAL, SALVAGE , AND ABANDONMENT OF EXISTING FACILITIES ................. 20
D-29 DETECTABLE WARNING TAPES ................................................................................ 23
D-30 PIPE CLEANING ........................................................................................................... 23
D-31 DISPOSAL OF SPOIL/FILL MATERIAL ........................................................................ 23
D-32 MECHANICS AND MATERIALMEN 'S LIEN .................................................................. 23
D-33 SUBSTITUTIONS .......................................................................................................... 24
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 ................................................................................................... 33
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
02/09/20 10 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-Ins .......................................................................................................................... 41
51.5 Connection of Ex isting Mains ...................................................................................... .41
51 .6 Valve Cu t-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 ...................................................................... .46
51 .11 Water Sample Station .................................................................................................. 46
51.12 Ductile Iron and Gray Iron Fittings ............................................................................... .46
D-52 SPRINKLING FOR DUST CONTROL ........................................................................... 47
D-53 DEWATERING .............................................................................................................. 47
D-54 TRENCH EXCAVATION ON DEEP TRENCHES .......................................................... 47
D-55 TREE PRUNING ........................................................................................................... 4 7
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 ..................................................................................................... 50
D-60 SANITARY SEWER SERVICE CLEANOUTS ............................................................... 50
D-61 TEMPORARY PAVEMENT REPAIR ............................................................................. 50
D-62 CONSTRUCTION STAKES .......................................................................................... 50
D-63 EASEMENTS AND PERMITS ....................................................................................... 51
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................................................. 51
D-65 WAGE RATES ............................................................................................................. 52
D-66 REMOVAL AND DISPOSAL OF ASBESTOS CEMENT PIPE ..................................... 53
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE) ............................................................................................................................. 54
D-68 COORDINATION WITH THE CITYS REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS ..................................................................................................... 56
D-69 ADDITIONAL SUBMITTALS 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 PERMTS AND RE-INSPECTIONS ........................................... 57
02/09/2010 SC-2
PART D -SPECIAL CONDlTl;QNS
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 prov ision 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: MILAM STORM DRAIN IMPROVEMENTS
Project Number: 00482
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 Cond itions
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 accompl ished or furnished in a fa ithful 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 appl icable , may also be governed by the two following published
specifications , except as mod ified by these Special Provisions:
1. STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -
CI T Y OF FORT WORTH
2 . STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION -NORTH
CENTRAL TEXAS
02/09/2010 SC-3
PART D -SPECIAL CONDITl10NS
Any conflict between these contract documents and the above 2 publications shall be resolved in
favor of these contract documents .
A copy of ei t her of these spec ifications 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 des igner. 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 cons idered 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 proposa l 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 w ith 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 Pu rchasing Manager prior to the said
proposal open ing 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
with in 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 -SPECrAL COND lT tONS
D-2 COORDINATION MEETING
For coordination purposes , weekly meetings at the job site may be required to ma intain the
project on the desired schedule. The contractor shall be present at all meet ings .
D-3 CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW
A. Definitions :
1. Certification of coverage ("certificate"). A copy of a cert ificate of insurance , a certificate of
authority to self-insure issued by the comm ission , 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 prov idi ng serv ices 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 serv ices 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. Th is 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. "Serv ices" include, without limitat ion ,
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/beve rage vendors , office supply del iveries, 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
provid ing services on the project , for the duration of the project.
C. The Contractor must prov ide 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 w ith the governmental entity showing that coverage has been
extended .
E . The Contractor shall obtain from each person providing services on a project , and prov ide the
governmental entity:
1. A certificate of coverage , prior to that person beginning work on the project , so the
governmental ent ity will have on file certificates of coverage showing coverage for all
persons provid ing services on the project ; and
02/09/2010 SC-5
PART D -SPECIAL COND lT tONS
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 e nds 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 cove red , 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 classifica t ion 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 t he Contractor, prior to that person beginn ing 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 cert ificates of coverage on file for the duration of the project and for
one year thereafter.
6. Notify the governmental entity in writing by certified mail or personal delivery, within ten
(1 O) days after the person knew or should have known , of any change that materially
affects the provis ion 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 CONDtTtONS
constructed of ductile iron pipe . The Eng ineer shall determine the required length of
replacement. The material for sanitary sewer mains and sanitary sewer laterals shall be Class 51
Ductile Iron Pipe w ith polyethylene wrapping . The material for sanitary sewer service lines shall
be extra streng t h cast iron soil pipe with polyethylene wrappi ng . Adapter fittings shall be a
urethane o r 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, wa ter 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 Cont ractor is liable for all damages done to such existing facilities
as a result of his operations and any and all cost incurred for the protection and/or temporary
relocation of such facilities are deemed subsidiary work and the cost of same and shall be
included in the cost bid per linear foot of pipe installed . NO ADDITIONAL COMPENSATION
WILL BE ALLOWED. .
Where existing utilities or service lines are cut , broken or damaged the Contractor shall replace or
repair the utilities or service lines with the same type of original material and construction , or
better, unless otherwise shown or noted on the plans, at his own cost and expense. The
Contractor shall immediately notify the Owner of the damaged utility or service line . He shall
cooperate with the Owners of all utilities to locate existing underground facilities and notify the
Engineer of any conflicts in grades and alignment.
In case it is necessary to change or move the property of any owner of a public utility , such
property shall not be moved or interfered with until ordered to do so by the Engineer. The right is
reserved to the owner of public utilities to enter upon the limits of the project for the purpose of
making such changes or repairs of their property that may be made necessary by performance of
this contract.
The utility lines and conduits shown on the plans are for information only and are not guaranteed
by the City of the Engineer to be accurate as to extent , location , and depth ; they are shown on
the plans as the best information available at the time of design , from the owners of the ut ilities
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 COND1Tl0NS
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 construct ion of this project consistent with the provisions set
forth in the "Latest Edition Texas Manual on Uniform Traffic Control Devices for Streets and
Highways" issued under the authority of the "State of Texas Uniform Act Regulating Traffic on
Highways ," codified as Article 6701d Vernon 's Civil Statutes , pertinent sections being Section
Nos. 27 , 29, 30 and 31 .
Unless otherwise included as part of the Construction documents , the Contractor shall submit a
traffic control plan (duly sealed, signed and dated by a Registered Professional Engineer (P .E.) in
the state of Texas), to the City Traffic Engineer [Tel (817)392-8770] at or before the
preconstruction conference . The P.E. preparing the traffic control plan may utilize standard traffic
reroute configurations posted as "Typicals " on the City 's Buzzsaw website . Although work will not
begin until the traffic control plan has been reviewed and approved , the Contractor's time will
begin in accordance with the timeframe mutually established in the 'Notice to Proceed ' issued the
Contractor.
The Contractor will not remove any regulatory sign , instructional sign, street name sign or other
sign, which has been erected by the City . If it is determined that a sign must be removed to
permit required construction , the Contractor shall contact the Transportation and Public Works
Department , Signs and Markings Division , (Phone Number 817-392-7738) to remove the sign . In
the case of regulatory signs , the Contractor must replace the permanent sign with a temporary
sign meeting the requirements of the above-referenced manual and such temporary sign must be
installed prior to the removal of the permanent sign. If the temporary sign is not installed correctly
or if it does not meet the required specifications, the permanent sign shall be left in place until the
temporary sign requirements are met. When construction work is completed to the extent that the
permanent sign can be reinstalled, the Contractor shall again contact the Signs and Markings
Division to reinstall the permanent sign and shall leave his temporary sign in place until such
reinstallation is completed.
Work shall not be performed on certain locations/streets during "peak traffic periods " as
determination by the City Traffic Engineer and in accordance with the applicable provision of the
"City of Fort Worth Traffic Control Handbook for Construction and Maintenance Work Areas ."
The lump sum pay item for traffic control shall cover design and / or installation , and maintenance
of the traffic control plan .
0 2/09/20 10 SC-9
PART D -SPECIAL CONDlTlONS
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 ofresidents ' 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 CONDIT l ONS
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
rep resentative. This cleanup shall include removal of all objectionable rocks , pieces of asphalt or
concrete and other construction materials , and in gene ral preparing the si te 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 followi ng 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 w ith 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
li nks 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 mainta in
an accurate log of all such calls to ONCOR, and shall record action taken in each case .
4 . The Contractor is requ ired to make arrangements with the ONCOR company for t he
temporary relocation or raising of high voltage lines at the Contractor's sole cost and
expense .
5. No person shall work w ithin 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 , th is provision controls . No claim
w ill 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 un it cost of the respective item .
02/09/2010 SC-11
PART D -SPEClAL CONDlTlONS
D-18 PROJECT DESIGNATION SIGN
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 an d 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 tci Public Works Standard Specifications
for Street and Storm Drain Construction Division 2 Item 208 .2 -Materials and Division 2 Item
02/09/2010 SC-12
PART D -SPECIAL CONDlTtONS
208.3 -Materials Sources. Trench backfill and compaction shall meet the requ irements of E2-2
Excavation and Backfill , Construction Specifications , General Contract Documents .
Payment for crushed limestone backfill in place shall be made at the un it price bid in the Proposal
multiplied by the quantity of material used measured in accordance with E2-2 .16 Measurement of
Backfill Materials , Construction Specifications, and General Contract Documents.
D-22 2:27 CONCRETE
Transportation and Public Works Department typical sections for Pavement and Trench Repair
for Utility Cuts Figures STR-028,STR-029 and STR-031 refer to using 2 :27 Concrete as base
repair. Since this call -out includes the word "concrete ", the consistent interpretation of the
Transportation and Public Works Department is that this ratio specifies two (2) sacks of cement
per cubic yard .of concrete.
D-23 TRENCH EXCAVATION , BACKFILL, AND COMPACTION
Trench excavation and backfill under parking lots , driveways , gravel surfaced roads , within
easements , and with in 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 construct ion
easements. All excavation shall be in strict compliance with the Trench Safety Systems Special
Condition of this document.
2 . TRENCH BACKF ILL : 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
materia l used for Type "C" backfill must be mechanically compacted unless the Contractor can
furnish the Engineer with satisfactory evidence that the P .I. of the excavated material is less than
8. Such evidence shall be a test report from an independent testing laboratory and must include
representative samples of soils in all involved areas, with a map showing the location and depth
of the various test holes . If excavated material is obviously granular in nature, containing little or
no plastic material , the Engineer may waive the test report requirement. See E1-2 .3 , Type "C" or
"D" Backfill , and E2-2 .11 Trench Backfill for additional requirements . When Type "C" back-fill
material is not suitable, Type "B" backfill material shall be used only with the consent and
approval of the Engineer. In general, all backfill material for trenches in existing paved streets
shall be in accordance with Figure WTR-029. Sand material specified in WTR-029 shall be
obtained from an approved source and shall consist of durable particles free of thin or elongated
pieces, lumps of clay , soil , loam or vegetable matter and shall meet the following gradation:
02/09/2010 SC-13
PART D -SPEClAL CONDlTIONS
• Less than 10% pass ing the #200 sieve
• P.l.=10orless
Additionally , the crushed limestone embedment gradation specified in Section E1-3 Crushed
Limestone for Embedment of the General Contract Documents and Spec ifications 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 rema in the same.
3 . TRENCH COMPACTION : All trench backfill shall be placed in lifts per E2-2 .9 Backfill .
Trenches which lie outside existing or future pavements shall be compacted to a minimum of 90%
Standard Proctor Density (A.S .T .M. 0698) by mechanical devices specifically designed for
compaction or a combination of methods subject to approval by the Engineer.
Trenches which lie under existing or future pavement shall be backfilled per Figure A with 95%
Standard Proctor Density by mechanical devices specifically designed for compaction or a
combination of methods subject to approval by the Engineer. Backfill material to be compacted
as described above must be within +-4% of its optimum mo isture content.
The City , at its own expense, will perform trench compaction tests per A.S.T.M. standards on all
trench backfill. Any retesting required as a result of failure to compact the backfill material to
meet the standards will be at the expense of the Contractor and will be billed at the commercial
rates as determined by the City . These soil density tests shall be performed at two (2) foot
vertical intervals beginn ing at a level two (2) feet above the top of the installed pipe and
continuing to the top of the completed backfill at intervals along the trench not to exceed 300
linear feet. The Contractor will be responsible for providing access and trench safety system to
the level of trench backfill to be tested. No extra compensat ion 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 un it 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 -SPE CIAL CONDl,TlONS
All required paving cuts shall be made with a concrete saw in a true and straight line on both
s ides 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 w ith 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 , provid ing 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 perm it
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, manho les , 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 min imum governing requirement s 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 CON:DlTlONS
3. SLOPING SYSTEM -Sloping means excavating to form sides of a trench that are inclined
away from the excavation.
4 . SHIELD SYSTEM -Sh ields used in trenches are generally referred to as "trench boxes" or
"trench shie lds". 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 w ith OSHA standards .
5. SHORING SYSTEM -Shoring means a structure such as a metal hydraulic , mechanical or
t imber system that supports the sides of a trench and wh ich 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 E 1-14 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 Con t ractor shall temporarily plug all
lines at every open manhole under construction in order to keep debris out of the dry sewer
lines. The plugs shall not be removed until the applicable manhole complete with cone
section has been constructed and the lid installed to keep out debris as a result of additional
construction .
1. CONCRETE COLLARS : Concrete collars will be required on all manholes specified as
per COFW Standard Detail SAN-009.
2 . DELETED
3. LIFT HOLES: All lift holes shall be p lugged 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) i nch above the
02/09/2010 SC-16
PART D -SPECIAL CON.D tT tONS
surrounding ground . Backfill shall provide a un ifo rm slope from the top of manhole casting
for not less than three (3) feet each d irection t o existing fin ish grade of the ground . The
grade of all surfaces shall be checked for proper slope and grade by string lin ing the entire
area regarded near the manhole .
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. Beari ng surfaces shall be mach ine finished. Locking
manhole lids and frames will be restricted to locations w ithin the 100-year floodplain and
areas specifically designated on the plans .
6 . SHALLOW CONE MANHOLES: Shallow manhole construct ion 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 m ils 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 Bitumast ic jo int
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 f lat-tape and shall be sized as recommended by
the manufacturer and approved by the Engineer. The joint sealer shall be protected by a
suitable removable wrapper and shall not in any way depend on oxidation , evaporation, or
any other chemical action for either its adhesive properties or cohesive strength . The
Joint sealer shall remain totally flexible without shrinking , harden ing , or oxidizing
regardless of the length of t ime 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
02/09/2010 SC-17
PART D -SPECIAL COND tT tONS
the protective wrapper, the joint sealant shall be kept clean. Install frames and cover over
manhole opening w ith 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.
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 su itable for use as detennined
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 t his 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
di rt, 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 obta in 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 compress ion 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 w ith a 1/2-inch thick coa t 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 .
02/09/2010 SC-18
PART D -SPEClAL CONDlTl,QNS
C. MEASUREMENT AND PAYMENT : The price bid for new manhole installations shall i nclude
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 , wh ich if required , shall be paid separately .
The price bid for reconstruction of existing manholes shall include all labo r equipment and
materials necessary for construction of new manhole , including , but not limited to , excavation ,
backfill , disposa l 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 serv ice shall be
required as shown on the plans , and/or as described in these Special Contact Documents in
addition to those located in the field and identified by the Eng ineer as active sewer taps . The
service connections shall be constructed by the Contractor utilizing standard factory
manufactured tees . City approved factory manufactured saddle taps may be used , but only as
directed by the Engineer. The decision to use saddle taps as opposed to tees shall be made on a
case-by-case basis . The Contractor shall be respons i ble for coordinating the scheduling of
tapping crews with build ing 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 serv ice 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 t ap shall be located so as to line up w ith 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 rehabil itated 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 t he installation of any sewer serv ice 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
condit ion 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
02/09/2010 SC-19
PART D -SPECIAL CON:D lT IONS
replacement. All sewer services shall be installed at a minimum of two (2) percent slope or as
approved by the Engineer. For s ituations i nvolving 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 serv ice lines , the Contractor shall verify (by de-holing at the building clean-out) the
elevations (shown on the plans) at the building clean-out and compare the data with the
elevation at t he 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 appl icable
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 t he re-route is more beneficial than shown on the plans , the Contractor shall
obtain and subm it all relevant elevation information for the new alignment to the Inspector and
shall be responsible for ensuring that the two (2) percent min imum grade (or as approved by
the-Engineer) is satisfied. Prior to backfilling , the Contractor shall double check the grade of
the installed service line and submit signed documentation verifying that the line has been
installed as designed to the Engineer. The Contractor, at its sole expense, shall be required to
uncover any sewer service for which no grade verification has been submitted . All re-routes
that are not installed as designed or fail to meet the City code shall be re installed at the
Contractor's expense. The Contractor shall ensure that the service line is backfilled and
compacted in accordance with the City Plumbing Code . Connection to the exist ing sewer
service line shall be made with appropriate adapter fittings . The fitting shall be a urethane or
neoprene coupling A.S.T.M. C-425 with series 300 stainless steel compression straps . The
Contractor sha ll remove the existing clean-out and plug the abandoned sewer service line.
The contractor shall utilize schedule 40 PVC for all sanitary sewer service re-routes or
relocations located on private property . Furthermore , the contractor shall utilize the services
of a licensed plumber for all service line work on private property. Permit(s) must be obtained
from the City of Fort Worth Development Department for all service line work on private
property and all work related to the service line must be approved by a City of Fort Worth
Plumbing Inspector. A copy of the plumbing permit shall be provided to the Engineer prior to
beginning work on the sanitary sewer service re-route and proof of final acceptance by the
Plumbing Inspector shall be provided to the Engineer upon completion of the sanitary sewer
re-route.
Payment for work and materials such as backfill , removal of existing clean-outs , plugging the
abandoned sewer service line, double checking the grade of the installed service line, pipe
fittings , surface restoration on private property (to match existing), and all other associated
work for service replacements in excess of four (4) linear feet shall be included in the linear
foot price bid for sanitary sewer service line replacement on private property or public right of
way. Payment for all work and material involving the "tap" shall be included in the price bid for
sanitary sewer service taps .
D-28 REMOVAL, SALVAGE, AND ABANDONMENT OF EXISTING FACILITIES
02/09/2010 SC-20
PART D -SPECIAL COND1Tl0NS
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.
A. SALVAGE OF EXISTING WATER METER AND METER BOX: Existing water meter and
meter box shall be removed and returned to the Water Department warehouse by the
Contractor in accordance with Section E2-1 .5 Salvaging of Materials.
B . SALVAGE OF EXISTING WATER METER AND CONCRETE VAULT LID: Existing water
meter and concrete vault lid shall be removed and returned to the Water Department
y,.,arehouse 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 VAL VE: Existing gate valve and box lid shall be
abandoned by first closing the valve to the fully closed position and .demolishing the valve box
in place to a point not less than 18 inches below final grade. Concrete shall then be used as
backfill material to match existing grade .
F. ABANDONMENT OF EXISTING VAULTS: Vaults to be demolished in place shall have top
slab and lid removed and vault walls demolished to a point not less than 18" below final
grade. The void area caused shall then be backfilled and compacted in accordance with
backfill method as specified in Section E2-2 .9 Backfill. Backfill material shall be suitable
excavated material approved by the Engineer. Surface restoration shall be compatible with
the existing surrounding grade.
G. ABANDONMENT OF MANHOLES : Manholes to be abandoned in place shall have all pipes
entering or exiting the structure plugged with lean concrete . Manhole top or cone section
02/09/2010 SC-21
PART D ~ SPECIAL COND1Tl0NS
shall be removed to the top of the full barrel diameter section, or to point not less than 18
inches below final grade . The structure shall then be backfilled and compacted in accordance
with backfill method as specified in Section E2-2.9 Backfill. Backfill material may be either
clean washed sand of clean , suitable excavated material approved by the Engineer. Surface
restoration shal l 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 itern -Abandon Existing Sewer Manhole .
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 -SPECl'AL CONDITI.ONS
D-29 DETECTABLE WARNING TAPES
Detectable underground utility warning tapes which can be located from the surface by a pipe
detector shall be inst alled 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 m ils solid alum inum 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 t hickness 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 recommendat ions and sha ll 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 , bedd ing , blocking ,
detectable tapes, and all other associated appurtenances required shall be included in the un it
price bid for the appropriate bid item(s).
D-30 PIPE CLEANING
Joints shall be wiped and then inspected for proper installation by the inspectors . Each joint shall
be swept daily and kept clean during installation . A temporary night plug shall be installed on all
exposed pipe ends during any period of work stoppage .
D-31 DISPOSAL OF SPOIL/FILL MATERIAL
Prior to the disposing of any spoil/fill material , the Contractor shall advise the City of Fort Worth's
Flood Plain Administrator ("Admin istrator"), of the location of all sites where the Contractor intends
to dispose of such material. Contractor shall not dispose of such material until the proposed sites
have been determined by the Administrator to meet the requirements of the Flood Plain
Ordinances of the City of Fort Worth (Ordinance No . 10056). All disposal sites must be approved
by the Administrator to ensure that filling is not occurring within a floodpla in 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 t hat 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 perm it, 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
Ord i nances of the City and this section .
D-32 MECHANICS AND MATERIALMEN'S LIEN
The Contractor shall be required to execute a release of mechan ics and material men 's liens
upon receipt of payment.
02/09/2010 SC-23
PART D -SPECIAL CONDITIONS
D-33 SUBSTITUTIONS
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 app_roved 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 t heir location . Work shall consist of furnishing all labor, material, and equipment
necessary for t he cleaning and inspection of the sewe r 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,
02/09/2010 SC-24
PART D -SPECIAL CONDlT lONS
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 . When add itional 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 be ing 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
02/09/2010 SC-25
PART D -SPECIAL CONDlTtONS
the like , which would require interpo lation 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 of retrieving the Television camera , under all
circumstances , when it becomes lodged during inspection , shall be incidental to Television
inspection.
2. DOCUMEN TATION : Television Inspection Logs : Printed location records shall be kept by
the Contractor and will clearly show the location in relation to an adjacent manhole of each
sewer service taps observed during inspection . In addition, other points of significance
such as locations of unusual conditions , roots , storm sewer connections , broken pipe ,
presence of scale and corrosion , and other discernib le features will be recorded , and a
copy of s uch 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 cond ition 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 te levis ing this portion shall be made.
Also , no payment shall be made for portions of lines not televised or portions whe re
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
02/09/20 10 SC-26
PART D -SPEClAL CONDlTlONS
provide the Engineer with tapes of a quality that the particular piece of sewer can be readily
evaluated as to existing sewer conditions and for p"roviding appropriate means for review of
the tapes by the Engineer including collection and removal, transportation and disposal of
sand and debris from the sewers to a legal dump site .
Television inspection shall include necessary cleaning (hydraulic jet or mechanical cleaner) to
provide video image required for line analysis.
The primary purpose of cleaning is for television inspection and rehabilitation ; when a portion
of a line is not or cannot be televised or rehabilitated, the cleaning of that portion of line shall
be incidental and no payment shall be made.
The City makes no guarantee that all of the sanitary sewers to be entered are clear for the
passage of a camera. The methods used for securing passage of the camera are to be at the
option of the Contractor, and the costs must be included in the bid price for TV Inspections.
The cost of retrieving the TV Camera, under all circumstances, when it becomes lodged
during inspection , shall be incidental to TV Inspection .
The item shall also include all costs of installing and maintaining any bypass pumping required
to provide reliable , regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
D-35 VACUUM TESTING OF SANITARY SEWER MANHOLES
A. GENERAL :· This item shall govern the vacuum testing of all newly constructed sanitary sewer
manholes.
B. EXECUTION :
1. TEST PROCEDURE: Manholes shall be vacuum tested prior to any interior grouting with
all connections in place. Lift holes shall be plugged , and all drop-connections and gas
sealing connections shall be installed prior to testing.
The sewer lines entering the manhole shall be plugged and braced to prevent the plugs
from being drawn into the manhole . The plugs shall be installed in the lines beyond the
drop-connections, gas sealing connections , etc. The test head shall be placed inside the
frame at the top of the manhole and inflated in accordance with the manufacturer's
recommendations. A vacuum of ten inches of mercury (10"Hg) shall be drawn and the
vacuum pump will be turned off. With the valve closed , the level of vacuum shall be read
· after the required test time. The required test time shall be determined from the Table I
below in accordance with ASTM C1244-93 :
02/09/201 0
Table I
MINIMUM TIME REQUIRED FOR VACUUM DROP
OF 1" Hg (1 O"Hg -9"Hg) (SEC)
Depth of MH .
(FT.)
0 to 16 '
48-lnch Dia.
Manhole
40 sec.
SC-27
60-lnch Dia.
Manhole
52 sec .
PART D -SPECI.AL COND lT IONS
18' 45 sec. 59 sec.
20 ' 50 sec. 65 sec.
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 t han one-inch of mercury (1 " Hg) afte r the required test time . Any
manhole , which fails to pass the initial test, must be repaired by e ither 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 tes t.
Following completion of a successful test , the manhole shall be restored to its normal
condition , all temporary plugs shall be removed , all braces , equipment, and debris shall be
removed and disposed of in a manner satisfactory to the Engineer.
C . PAYMENT: Payment for vacuum testing of san itary sewer manholes shall be paid at the
contract price per each vacuum test. This price shall include all material , labor, equipment,
and all incidentals , including all bypass pumping , required to complete the test as specified
herein.
D-36 BYPASS PUMPING
The Cont ractor 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 capac ity and size
to handle the flow without sewage backup occurring to fac ilities 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 inflict ed by the improper use of cleaning
equipment.
02/09/2010 SC-28
PART D -SPEClAL CONDITIONS
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
satisfaction of the Engineer; and if unsatisfactory, equipment shall be removed and no
payment will be made for an unsatisfactory inspection .
C. EXECUTION :
1. TELEVISION INSPECTION: The camera shall be moved through the line in either
direction at a moderate rate, stopping when necessary to permit proper documentation of
any sewer service taps. In no case will the television camera be pulled at a speed greater
than 30 feet per minute. Manual winches , power winches, TV cable, and powered rewinds
or other devices that do not obstruct the camera view or interfere with proper
documentation shall be used to move the camera through the sewer line. No more than
2000 linear feet of pipe wil .1 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 telev ision 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.
02/09/2010 SC-29
PART D -SPECIAL CONDIT(ONS
4. VIDEOTAPE RECORDINGS: The purpose of tape record i ng shall be to supply a visual
and aud io record of problem areas of the lines that may be replayed . Video tape
recording playback shall be at the same speed that it was recorded. The television tapes
shall be furnished to the City for review immediately upon completion of the television
inspection and may be retained a maximum of 30 calendar days. Equipment shall be
provided to the City by the Contractor for review of the tapes . Tapes will be returned to
the Contractor upon completion of review by the Engineer. Tapes shall not be erased
without the permission of the Engineer.
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 add itional 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. A lso, no payment shall be made for
portions of lines not te levised 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 read ily eva luated as to sewer conditions and
for providing appropriate means for review of the tapes by t he 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 Te levis ion Inspection .
The item shall also include all costs of installing and mainta ining any bypass pumping required
to provide reliable , regular sewer service to the area residents. All bypass pumping shall be
incidental to the project.
0-38 SAMPLES AND QUALITY CONTROL TESTING
A . The Contractor 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 ana lysis 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 Contract or shall provide a certified copy of the test
results to the City.
C. Quality control testing of in-place material on th is 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 t ests of materials shall in no way
02/09/2010 SC-30
PART D -SPECIAL CONDfTlONS
relieve the contractor of its responsibility to furnish materials and equipment conform ing 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 prov ide 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.
0-39 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 pollut ion
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 , sed iment 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 po ll ution 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 t he 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 perm itted ; 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, mechan ized equipment
shall not be operated in live streams .
0 2/09/2010 SC-31
PART D -SPECIAL CONDI.TtONS
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 d ike 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 .
6 . The Cont ractor 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 eros ion control shall be considered subsidiary to the contract and no extra pay will
be given for this work .
D-40 INGRESS AND EGRESS/OBSTRUCTION OF ACCESS TO DRIVES
The Contractor shall provide ingress and egress to the property being crossed by this
construction and adjacent property when construction is not in progress and at night. Drives shall
be left accessible at night , on weekends, and during holidays. The Contractor shall conduct his
activities to minim.ize 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 facil itate the work will
be permitted only by experienced workmen in an approved manner (No trimming or pruning
without the property owners ' consent). Pruned limbs of 1" diameter or larger shall be thoroughly
treated as soon as possible w ith a tree wound dressing .
By ordinance , the Contractor must obtain a permit from the City Forester before any work
(trimm i ng , removal , or root pruning) can be done on trees or shrubs growing on public property
i ncluding 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 compl iance 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 L ive Oak and Red Oak trees shall
be immediately sealed using a commercial pruning paint.
02/09/2010 SC-32
PART D -SPECl'AL CONDITlONS
No separate payment will be made for any of the work involved for th is item and all costs incurred
w ill be considered a subsidiary cost of the project.
0-42 SITE RESTORATION
The contractor shall be responsible for restoring the site to original grade and condition after
completion of his operations subject to approval of the Engineer. The bas is for approva l by the
Engineer will be grade restorat ion to plus minus one-t enth (0 .1) of a foo t.
0-43 CITY OF FORT WORTH STANDARD PRODUCT LIST
Proposed products submitted in the bid documents must appear in the latest "City of Fort Worth
Standard Product List, for the bid to be considered responsive. Products and processes listed in
the "City of Fort Worth Standard Product List shall be considered to meet City of Fort Worth
minimum technical requirements .
D-44 TOPSOIL, SODDING, SEEDING & HYDROMULCHING
This item shall be performed in accordance with the C ity 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 shal l 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 w ith the requirements of this Specification . Recommended Buffalo grass va ri eties
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 roo t s. St. Augustine grass sod shall have a healthy ,
02/09/2010 SC-33
PART D -SPECIAL CONDITIONS
virile root system of dense , thickly matted roots throughout a one (1) inch minimum thickness
of native soil attached to the roots .
The sod sha ll be free from obnoxious weeds or other grasses and shall not contain any matter
deleterious to its growth or which might affect its subsistence or hardiness when transplanted .
Sod to be placed between curb and walk and on terraces shall be the same type grass as
adjacent grass or existing lawn .
Care shall be taken at all times to retain native soil on the roots of the sod during the process
of excavating, hauling , and planting. Sod material shall be kept moist from the time it is dug
until planted . When so directed by the Engineer, the sod existing at the source shall be
watered to the extent required prior to excavating . Sod material shall be planted within three
days after it is excavated .
CONSTRUCTION METHODS : After the designated areas have been completed to the lines,
grades , and cross-sections shown on the Drawings and as prov ided 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 .
02/09/2010 SC-34
PART D -SPEClAL CONDlTlONS
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
mixtu re of seed of the kind specified along and across such areas as may be designated on
the Drawings and in accordance with these Specifications.
MATERIALS :
a . General. All seed used must carry a Texas Testing Seed label showing purity and
germination, name , type of seed , and that the seed meets all requirements of the Texas
Seed Law. Seed furnished shall be of the previous season's crop and the date of analysis
shown on each tag shall be within nine (9) months of time of delivery to the project. Each
variety of seed shall be furnished and delivered in separate bags or containers. A sample
of each variety of seed shall be furnished for analysis and testing when directed by the
Engineer.
The specified seed shall equal or exceed the following percentages of Purity and
germination:
Common Name Purity Germ i nation
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)
02/09/2010
Dates
Aug 15
to
May 1
(All Sections)
Tall Fescue
Western Wheatgrass
Annual Rye
SC-35
50
50
50
PART D -SPECIAL CONDlTlONS
Total : 100
CONSTRUCTION METHODS : After the designated areas have been completed to the lines ,
grades , and cross-sections shown on the Drawings and as provided for in other items of this
Contract, seeding of the type specified shall be performed in accordance with the
requirements hereinafter described .
a. Watering . Seeded areas shall be watered as directed by the Engineer so as to prevent
washing of the slopes or dislodgment of the seed .
b. Finishing. Where applicable , the shoulders, slopes , and d itches shall be smoothed after
seed be d 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 d irected . 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 specifie d uniform rate of application for both is obtained . "Finishing" as specified in
Section D-45 , Construction Methods , is not applicable since no seed bed preparat ion is
required .
DISCED SEEDING: Soil over the area shown on the Drawings as directed to be seeded shall
be loosened to a minimum depth of three (3) inches and all particles in the seed bed shall be
reduced to less than one (1) inch in diameter or they shall be removed . The area shall then
be finished to line and grade as specified under "Finishing " in Section D-45 , Construction
Methods.
The seed , or seed mixture , specified sh<;:111 then be pla'nted at the rate required and the
application shall be made uniformly. If the sowi ng 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 unti l 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 ri ght 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
02/09/2010 SC-36
PART D -SPEClAL COND tT tONS
without ruts or tracks . In between the time compacting is completed and the asphalt is
applied , the planted area shall be watered sufficien tly to assure unifo rm mo isture from the
surface to a minimum of six (6) inches in depth.
The application of asphalt shall follow the last wate ri ng as rapidly as poss ible . Asphalt shall
be of the type and grade as shown on the Drawings and shall conform to the requirements of
the item 300 , "Asphalts , Oils and Emulsions". If the type of asphalt to be used is not shown
on the Drawings , or if Drawings are not included , then MS-2 shall be used. Applications of the
asphalt shall be at a rate of three-tenths (0 .3) gallons per square yard . It shall be applied to
the area in such a manner so that a complete film is obtained and the finished surface shall
be comparatively smooth .
RE-SEEDING OF AREAS PLANTED WITH COOL SEASONS SPECIES : Areas where
temporary cool season species have been planted may be replanted beginning February 1
with warm season species as listed in Table 120.2(2)a . The re-seeding will be achieved in the
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 d istributing fertilizer over such areas
as are designated on the Drawings and in accordance with these Specifications.
MATERIALS : All fertilizer used shall be delivered in bags or containers clearly labeled
showing the analysis. The fertilizer is subject to testing by the City of Fort Worth in
accordance with the Texas Fertilizer Law. A pelleted or granulated fertilizer shall be used with
an analysis of 16-20-0 or 16-5-8 or having the analysis shown on the Drawings. The figures
i n 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 analys is , it shall be a pelleted
or granulated fertilizer with a lower concentrat ion . 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 appl ied 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.
02/09/2010 SC-37
PART D -SPEClAL COND lT IO NS
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 ac re 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 "Seed ing" will be measured by the li near foot, complete in place.
Acceptable material for "Sodding" will be measured by the linear foot , complete in place .
Acceptable material for "Fertilizer" shall be subsidiary to the price of sodding or seeding .
PAYMENT: All work performed as ordered and measured shall be subsidiary to the contract
unless and otherwise noted in the plans and bid documents to be paid for at the unit price bid
for each item of work. Its price shall be full compensation for excavating ( except as noted
below), loading , hauling, placing and furnish i ng 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 furn ishing 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 t he 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 "Sodd ing ", 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 pa id for directly, but is considered
subsidiary to Sodding and Seeding .
0-45 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 fo r 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 app licable 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 -SPEClAL CONDITtONS
D-46 SUBSTANTIAL COMPLETION INSPECTION/FINAL INSPECTION
7. Prior to the final inspection being conducted for the project , the contractor shall contact the
city inspector in writing when the entire project or a designated portion of the project is
substantially complete.
8. The inspector along with appropriate City staff and the City's consultant shall make an
inspection of the substantially completed work and prepare and submit to the contractor a
list of items needing to be completed or corrected .
9. The contractor shall take immediate steps to rectify the listed deficiencies and notify the
owner in writing when all the items have been completed or corrected .
10 . Payment for substantial completion inspection as well as final inspection shall be
subsidiary to the project price. Contractor shall still be required to address all other
deficiencies , which are discovered at the time of final inspection .
11. Final inspection shall be in conformance with general condition item "C5-5 .18 Final
Inspection " of PART C -GENERAL CONDITIONS.
D-47 EXCAVATION NEAR TREES (WHERE IDENTIFIED ON THE PLANS)
1. The Contractor shall be responsible for taking measures to minimize damage to tree limbs,
tree trunks, and tree roots at each work site. All such measures shall be considered as
incidental work included in the Contract Unit Price bid for applicable pipe or structure
installation except for short tunneling/tree augering.
2. Any and all trees located within the equipment operating area at each work site shall , at
the direction of the Engineer, be protected by erecting a "snow fence" along the drip line
or edge of the tree root system between tree and the construction area.
3 . Contractor shall inspect each work site in advance and arrange to have any tree limbs
pruned that might be damaged by equipment operations. The Engineer shall be notified
at least 24 hours prior to any tree trimming work. No trimming work will be permitted within
private property.without written permission of the Owner.
4. Nothing shall be stored over the tree root system within the drip line area of any tree .
5. Before excavation (off the roadway) within the drip line area of any tree, the earth shall be
sawcut for a minimum depth of 2 feet.
6. At designated locations shown on the drawings , the "short tunnel" method using Class 51
D.I. pipe shall be utilized .
7 . Except in areas where clearing is allowed, all trees up to 8" in diameter damaged during
construct ion 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 CONDlTlONS
9. Short tunne ling shall cons ist of power augeri ng or hand excavation. The tunnel diameter
shall not be larger than 1-1/2 times the outside pipe diameter. Voids remaining after pipe
installation shall be pressure grouted.
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 fill ex isting utilities prior to
construction , in accordance with item D-6. At locations identified on the drawings, contractor shall
conduct an exploratory excavation (D-Hole), to locate and verify the location and elevation of the
existing undergrou nd utility where it may be in potential conflict with a proposed facility alignment.
The exploratory excavation shall be condwcted 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 des ign 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 ut ilities per item D-6 . Payment for
exploratory excavation (D-Hole), at locations identified on the plans or as directed by the
Engineer, shall include full compensation for all materials, excavation, surface restoration , field
surveys, and all incidentals necessary to complete the work , shall be the unit price bid . No
payment shall be made for exploratory excavation (s) conduct ed 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 th is Project shall be in accordance
with the material standard conta ined in the General Contract Documents. Payment for
work such as backfill , bedding , blocking , detectable tapes and all other associated
02/09/2010 SC-40
PART D -SPECl:AL CO NDlTlONS
appurtenant requ i red , shall be included in the linear foot price bid of the appropriate BID
ITEM(S).
51.2 Blocking
Concrete blocking on this Project will necessarily be required as shown on the Pl~:ms 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 cons idered 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 e.qual 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 E 1-15 and
Construction standard E2-15 as per Fig . 110 of the General Contract Documen t s.
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 .
02/09/2010 SC-41
PART D -SPECIAL CONDl:Tl'ONS
Any differences in locations , elevation , configuration , and or angu lation of existing lines
between t he contract draw ings and what may be encountered in the said work shall be
considered as incidental to construction . Where it is required to shut down existing mains
in order to make proposed connections , such down time shall be coordinated with the
Engineer, and all efforts shall be made to keep this down t ime to a minimum . In case of
shutting down an existing main , the Contractor shall notify the City Project Manager,
Constructio n Services , Phone 817-392-8306 , at least 48-hours prior to the required shut
down time . The Contractor's attention is directed to Paragraph CS-5 .15 INTERRUPTION
OF SERVICE , Page CS-5(5), PART C -GENERAL CONDITIONS OF THE WATER
DEPARTMENT GENERAL CONTRACT DOCUMENTS AND GENERAL
SPECIFICATIONS . The Contractor shall notify the customer both personally and in writing
as to the location , time , and schedule of the service interrupt ion .
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. Th is 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 relocat ion, replacement , or reconnection of water services will be required as shown
on the plans , and/or as described in these Special Con t ract Documents in addition to
those located in the field and identified by the Enginee r.
All service's shall be constructed by the contractor utiliz ing approved factory manufactured
tap sadd les (when required) and corporation stops , type K copper water tubing , curb stops
with lock wi ngs, 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 un less otherwise directed by the
02/09/2010 SC-42
PART D -SPEClAl CONDlTlONS
Engineer.
A minimum of 24 hours advance notice shall be given when service interruption will be
required as specified i n Section C5-5 .15 INTERRUPTION OF SERVICE .
All water service meters shall be removed , t agged , 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 Eng ineer. 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 r~location 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 mate rials 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 Serv ice 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 serv ice installation .
Payment for all work and materials such as tap saddle (if required), corporation stops , and
fittings shall be included in the price bid for Service Taps to Main .
1. WATER SERVICE RECONNECTION: Water service reconnection is required when t he
existing service is copper and at adequate depth to avoid breakage during street
reconstruction . The contractor shall adjust the ex isting 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 relocat ions 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 ar:id 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 equ ipment used by and for the l icensed 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).
02/09/20 10 SC-43
PART D -SPECIAL CONDlTlONS
This item will also be used to pay for all serv ice meter and meter box relocations as
required by the Engineer when the service line is not being replaced . Adjustment of only
the mete r box and customer service line within 5 feet distance behind the meter will not
justify separate payment at any time . Locations with multiple service branches will be paid
for as one service meter and meter box relocation.
4 . NEW SERVICE: When new services are required the contractor shall install tap saddle
(when required), corporation stop , type K copper service line , curb stop with lock wings ,
and meter box. Reinforced plastic meter boxes with cast iron lid shall be provided for all 2
inch water meters or smaller. The reinforced plastic water meter boxes shall comply with
section E1-18A-Reinforced Plastic Water Meter Boxes.
Payment fo r 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 fo r 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 l ines with taps servicing a single service meter encountered during construction
shall be replaced with one service line that is applicab le for the size of the existing service
meter and approved by the Engineer.
Payment shall be made at the unit bid price in the appropriate bid item(s).
51.8 2-lnch Temporary Service Line
A . The 2-inch temporary service main and 3/4-inch service lines shall be installed to provide
temporary water service to all buildings that will necessarily be required to have severed
water service during sa id work . The contractor shall be responsible for coord inating 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 requ ired 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 steril ized by using chlorine gas or chlorinated
lime (HTH) prior to installation .
02/09/2010 SC-44
PART D -SPECIAL CON.D lTI.ONS
The out-of-serv ice meters shall be removed , tagged and collected by the Contractor for
delivery to the Water Department Meter Shop for reconditioning or replacement. Upon
restoring permanent service , the Contractor shall re-install the meters at the correct
location . The meter box shall be reset as necessary to be flush with the existing ground or
as otherwise directed by the Engineer.
The temporary service layout shall have a minimum available flow rate of 5 GPM at a
dynamic pressure of 35 PSI per service tap. This criteria shall be used by the Contractor to
determine the length of temporary service allowed , number of service taps and number of
feed points .
When the tempo rary 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 w ith E2-24 of the Genera l 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 mill ion 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 success ive sets of samples , taken 24 hours
apart, have met the established standards of purity .
02/09/2010 SC-45
PART D -SPECIAL CONDlTl:QNS
Purging and sterilization of the water lines shall be considered as incidental to the project
and all costs incurred will be considered to be included in the linear foot bid price of the
pipe.
51.10 Work Near Pressure Plane Boundaries
Contractor shall take note that the water line to be replaced under this contract may cross
or may be in close proximity to an existing pressure plane boundary. Care shall be taken
to ensure all "pressure plane" valves installed are installed closed and no cross
connections are made between pressure planes
51.11 Water Sample Station
GENERAL:
All water sampling station installations will be per attached Figure 34 or as required in
large water meter vaults as per Figure 33 unless otherwise directed by the Engineer.
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 fo r all work and materials necessary for the installation tap saddle (if required),
corporation stops, and fittings shall be included in the price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
concrete support block, curb stop , fittings, and an incidental 5-feet of type K copper
service line which are required to provide a complete and functional water sampling station
shall be included in the price bid for Water Sample Stations.
PAYMENT FOR FIGURE 33 INSTALLATIONS: Payment for all work and materials
necessary for the installation tap saddle , gate valve, and fittings shall be included in the
price bid for Service Taps to Main .
Payment for all work and materials necessary for the installation of the sampling station,
modification to the vault, fittings, and all type K copper service line which are required to
provide a complete and functional water sampling station shall be included in the price bid
for Water Sample Stations .
51.12 Ductile Iron and Gray Iron Fittings
Reference Part E2 Construction Specifications, Section E2-7 Installing Cast Iron Pipe,
fittings, and Specials, Sub section E2-7 .11 Cast Iron Fittings :
E2-7.11 DUCTILE-IRON AND GRAY-IRON FITTINGS: All ductile-iron and gray-iron
fittings shall be furnished with cement mortar lining as stated in Section E1-7 . The price
bid per ton of fittings shall be payment in full for all fittings , joint accessories, polyethylene
wrapping, horizontal concrete blocking, vertical tie-down concrete blocking, and concrete
cradle necessary for construction as designed .
02/09/2010 SC-46
PART D -SPECIAL CONDJTtONS
All ductile-iron and gray-iron fittings , valves and specials shall be wrapped with
polyethylene wrapping conforming to Material Specification E 1-13 and Construction
Spec ification E2-13. Wrapping shall precede horizontal concrete blocking , vertical tie-
down concrete blocking , and concrete cradle. Payment for the polyethylene wrapping ,
horizontal concrete blocking, vertical tie-down concrete blocking, and concrete cradle shall
be included in bid items for vales and fittings and no other payments will be allowed.
D-52 SPRINKLING FOR DUST CONTROL
All applicable provisions of Standard Specifications Item 200 , "Sprinkling for Dust Control " shall
apply. However, no direct payment will be made for this item and it shall be considered to this
contract.
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".
B . 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).
02/09/2010 SC-47
PART D-SPEC[AL CONDI.TlONS
5. Surveyor's Plast ic 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 .
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 w ith 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 d iameter be ing 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
uti l ities 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 th is subsurface exploration jointly or independently, and
whether they make such d.etermination 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 th is spec if ication , it is expressly declared that neither the
02/09/2010 SC-48
PART D -SPECIAL CONDITIONS
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 responsibi l ity for interpretation of these reco rds and for making and maintaining the
required excavation and of doing other work affected by the geology of the site .
The cost of all rock removal and other associated appurtenances , if required , shall be included in
the linear foot bid price of the pipe .
D-58 PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION AND NOTIFICATION
OF TEMPORARY WATER SERVICE INTERRUPTION DURING CONSTRUCTION
Prior to beginning construction on any block in the project, the contractor shall , on a block by
block basis , prepare and deliver a notice or flyer of the pending construction to the front door of
each residence or business that will be impacted by construction . The notice shall be prepared as
follows:
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 res idents of the block.
In the event it becomes necessary to temporarily shut down water service to res idents 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 ..
02/09/2010 SC-49
PART D -SPECIAL CONDITtONS
All work involved with the notification flyers shall be considered subsidiary to the contract price
and no additional compensation shall be made.
0-59 TRAFFIC BUTTONS
The removal and replacement of traffic buttons is the responsibility of the contractor and shall be
considered a subsidiary item . In the event that the contractor prefers for the Signals , Signs and
Markings Division (SSMD) of the Transportation/Public Works Department to install the markings ,
the contractor shall contact SSMD at (817) 392-8770 and shall reimburse SSMD for all costs
incurred , both labor and material. No additional compensation shall be made to the contractor for
this reimbursement.
D-60 SANITARY SEWER SERVICE CLEANOUTS
Whenever a sanitary sewer service line is installed or replaced , the Contractor shall install a two-
way service cleanout as shown in the attached detail. Cleanouts are to be installed out of high
traffic areas such as driveways, streets, sidewalks, etc. whenever possible. When it is not
possible, the cleanout stack and cap shall be cast iron .
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 ST AKES
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 se t of stakes for curb and
gutter/or paving. It shall be the sole responsibility of the Contractor to preserve, maintain , transfer,
etc., all stakes furn ished until completion of the construction phase of the project for which they
were furnished.
02/09/2010 SC-50
PART D -SPECIAL CONDlTtONS
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
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 .10 of the General
Contract Documents. The Contractor's attention is directed to the agreement terms along with
any special conditions that may have been imposed on these agreements , by the property
owners .
The easements and/or private property shall be cleaned up after use and restored to its original
condition or better. In event additional work room is required by the Contractor, it shall be the
Contractor's responsibility to obtain written permission from the property owners involved for the
use of additional property required. No additional payment will be allowed for this item.
The City has obtained the necessary documentation for railroad and/or highway permits required
for construction of this project. The Contractor shall be responsible for thoroughly reviewing ,
understanding and complying with all provisions of such permits, including obtaining the requisite
insurance , and shall pay any and all costs associated with or required by the permit(s). It is the
Contractor's responsibility to provide the required flagmen and/or provide payment to the
appropriate railroad/agency for all flagmen during construction in railroad/agency right-of-way. For
railroad permits , any and all railroad insurance costs and any other incidental costs necessary to
meet the conditions associated with permit(s) compliance, including payment for flagmen, shall be
included in the lump sum pay bid item for "Associated Costs for Construction within Railroad /
Agency Right-of-way". No additional compensation shall be allowed on this pay item .
D-64 PRE-CONSTRUCTION NEIGHBORHOOD MEETING
After the pre-construction conference has been held but before construction is allowed to begin
on this project a public meeting will be held at a location to be determined by the Engineer. The
contractor, inspector, and project manager shall meet with all affected residents and present the
projected schedule, including construction start date, and answer any construction related
questions . Every effort will be made to schedule the neighborhood meeting within the two weeks
0 2/09/2010 SC-51
PART D -SPECIAL CONDl:TlONS
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 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 determinat ion , before the 31st day after t he 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 determ ination 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 success ive 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
arb itrator 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
02/09/2010 SC-52
PART D -SPECtAL GONDlTlQNS
inspection by the City . The provisions of the Audit section of these contract documents shall
pertain to this inspection .
Pay Estimates.
With each partial payment estimate or payroll period, whichever is less , the contractor shall
submit an affidavit stating that the contractor has complied with the requirements of Chapter
2258, Texas Government Code .
Posting of Wage Rates .
The contractor shall post the prevailing wage rates in a conspicuous place at the site of the
project at all times.
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section.)
(Attached)
0-66 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. Th is 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
02/09/2010 SC-53
PART D -SPEClAL CONDlTl:ONS
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 remova l and disposal of ACP shall be subsidiary to the cost of installing the new pipe
unless otherwise stated or ind icated cin the project plans or contract documents.
D-67 STORM WATER POLLUTION PREVENTION (FOR DISTURBED AREAS GREATER
THAN 1 ACRE)
PERMIT: As defined by Texas Commission on Environmen t al 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 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 tota l 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 enginee r. 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
Departmen t of Environmental Management
5000 MLK Freeway
02/09/2010 SC-54
PART D -SPECIAL CONDlTtONS
Fort Worth , TX 761 19
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 s ite is no longer subject to the requ irement of the
permit.
The NOT should be ma iled to :
Texas Commission on Environmenta l 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.
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER THAN 5
ACRES: A Notice of Intent (NOi) form shall be comp leted 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 perm itted 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: Submiss ion 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 , pi pe slope drain , inlet
protection , stabilized construction entrances , seeding , sodding , mulching, soil retention blankets ,
or other structural or non-structural storm water pollution cont rols . The method of control shall
02/09/2010 SC-55
PART D -SPECIAL CONUl:TtONS
result in a minimum sediment retention of 70% as defined by the NCTCOG "BMP Manual."
Deviations from the proposed control measures must be submitted to the engineer for approval.
PAYMENT FOR SWPPP IMPLEMENTATION: Payment shall be made per lump sum as shown
on the proposal as full compensation for all items contained in the project SWPPP.
D-68 COORDINATION WITH THE CITY'S REPRESENTATIVE FOR OPERATIONS OF
EXISTING WATER SYSTEMS
It is the Contractor's responsibility to coordinate any event that will require connecting to or the
operation of an existing City water line system with the City 's representative . The Contractor may
obtain a hydrant water meter from the Water Department for use during the life of named project.
In the event the Contractor requires that a water valve on an existing live system be turned off
and on to accommodate the construction of the project, the Contractor must coordinate this
activity through the appropriate City representative. The Contractor shall not operate water line
valves of existing water system. Failure to comply will render the Contractor in violation of Texas
Penal Code Title 7, Chapter 28 .03 (Criminal Mischief) and the Contractor will be prosecuted to the
full extent of the law. In addition, the Contractor will assume all liabilities and responsibilities as a
result of these actions .
D-69 ADDITIONAL SUBMITTALS FOR CONTRACT AWARD
The City reserves the right to require any pre-qualified contractor who is the apparent low
bidder(s) for a project to submit such additional information as the City, in sole discretion may
require , including but not limited to manpower and equipment records, information about key
personnel to be assigned to the project, and construction schedule, to assist the City in evaluating
and assessing the ability of the apparent low bidder(s) to deliver a quality product and
successfully comp lete 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
contract. If the amount of work performed by the contractor is less than the percentage of time
allowed by 20% or more (example : 10% of the work completed in 30% of the stated contract time
as may be amended by change order), the following proactive measures will be taken:
1. A letter will be mailed to the contractor by certified mail, return receipt requested
demanding that, within 10 days from the date that the letter is received, it provide
021091201 0 SC-56
PART D-SPEClAL COND tTlONS
sufficient equ ipment, 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 t hat may, in the City 's sole discretion , be required to be provided to
interested individuals will distributed by the Water Department's Publ ic 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 ind ividuals .
5. If the contractor fails to provide an acceptable schedule or fails to perfo rm satisfactorily
a second time prior to the completion of the contract , the bond ing company will be
notified appropriately .
D-71 AIR POLLUTION WATCH DAYS
The Contractor shall be required to observe the following guidelines relating to working on City
construction sites on days des ignated as "AIR POLLUTION WATCH DAYS ". Typically , the
OZONE SEASON, within the Metroplex area , runs from May 1, through OCTOBER 31 , w ith 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
responsibil ity of being aware that such days have been designated Air Pollution Watch Days and
as such shall not beg in work until 10 :00 a.m. whenever construct ion 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 Em itting ", or equ ipment burns Ul t ra 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 des ignated Air Pollut ion 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
02/09/2010 SC-57
PART D -SPEClAL COND lTtONS
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 permiss ion 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-58
PART D -SPECIAL CONDITIONS
(To be printed on Contracto r'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 <TE L EPHONE 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-59
0 2/09/2010
PART D -SPECIAL COND1Tl0NS
FORT WORTH
~
Date: ____ _
DOE NO. XIXX
Project Name:
NOTICE OF TEMPORARY WATER SERVICE
INTERRUPTION
DUE TO UTILITY IMPROVE.MENTS IN YOUR NEIGHBORHOOD, YOUR
WATER SERVICE WILL BE INTERRUPTED ON--------
BETWEEN THE HOURS OF _______ AND _____ ~
IF YOU HAVE QUESTIONS ABOUT THIS SHUT-OUT, PLEAS E CALL:
MR. AT __________ _
(CONTRACTORS SUPERINTENDENT) (TELEPHONE NUMBER)
OR
MR. ____________ AT __________ _
(C ITY INSPECTOR) (TELEPHONE NUMBER)
THIS INCONVENIENCE WILL BE AS SHORT AS POSSIBLE.
THANK YOU ,
------------'CONTRACTOR
-----------·----
SC-60
PART D -SPECIAL CONDITIONS
F TEXAS DEPARTMENT OF HEAL TH DEMOLI T ION I RE NO VAT ION
N OTIFICATIO N FO RM 0
r
0
ff
i
(:
e
u
5
e,'
n
I
y
D
r
A
H
p
A
:J
N
I;
s
H
A
p
a
T
D
H
D
l.
NOTE: CIRCLE ITEMS THAT ARE AM ENDED T n H
NOTIFICATION#,·_----,------1) Ab a;emem Contr.;,ct or; ____________________ TDH License Nvmber:. ______ _
Adcress : City: Stale: Zip : ___ _
Offic e Phone Numt;er: ,_.,__ _________ Job Si te Phone Ni.:rnbct: ______________ _
S,ite S,,,ipervis,or; TO H Licer,se Number:---------------
Sile Superviso r: TO H License Num:oer _______________ _
Trained On-Site N ESHAP l ndividual .: ________________ Certiiic;i tion D ale.:_--------
OOl'nolition Con tractor:. ______________ Ottice Phooc N umben1.• -'--------=-----
Adi;l're-s..5: Ci 1y: StF.1e : ____ Zip ;, ____ _
2.) Project Consullanl e r Ope;,r;;.lor:. _________________ IDH License Num ber:. ______ _
Mai lin9 Mdres;s;_·--------------------------,-------,----------Clty: Sl ale :. ____ .Zip : _____ Office Phone Number : ..___.,__ _____ _
3) facll ltyOwrie r: _________________________________ _
AIIGnllo l'l: _____________________________________ _
Mailinq Addrnss: ______________________ ::-----,-,---,---,----,----------
City: -Slats : Zip : Ovmer Ptlone Numb-crL....,,__ ____ _
"Nc>t~: Thg invgi co fQ r, thG notificatio n fee will be sont to the owner of the building MCI 1.lil!! llillln g .'.l,;ldre~ forth111 invoice will be
obtalnod from t h,:, ln f Qtn'IOlion 1hilt is provided in t hi1> section .
4) Descriptio.1 o r Faci lity Nams:. ________________________________ _
Phys ica l Ad d ress : _____________ County: Ci ty: ______ ~Zip: ____ _
Facil i1y Phc,,e Number · Facility Contact Per.son ; ______________ _
Oescrip i ion of .O.re2 !Room Numb l;;'r: _____________________________ _
Prior U::;e : ________________ Fu!umUse:. _________________ _
/~ge o · 6-l,Jildln,g l Facil i1,.: Size: N umber of Floors: _____ Sc."lool (K • 12); C YES O N 0
5) Typ,e or Work.: ,1 Demolitio n ;; Renovallon (Abatement} J Annua l Co nsolidate.d
Work will be du r ing : J Di:!')' o faenln g o Night .-Pilase d Project
Descri ption of work sd'1oou lc,:. ____________________________ ~---
6 } i.£.1h iS a Pu b lic Building ? ~ Y ES
NES H!A P-Oni y Facillty? o YES
11 NO Federal Faclllt,'? !:: Yi=S : NO Ind ustria l Sits? 0 Y ES rr NO
O NO ls Buildi ngiFacil ity Dcc upisc? '.J YES Cl NO
7) No1ific~tion Wpe CHECK ONLY ONE
\I J Original (10 Working Days} -Canceilafion D Amen:ci mf}flt o Emerg,rncyFOrdcrcd r
0
I
a
ti
0
n
?
0
'(
I';
s
G
N
02/09/2010
iJ 1hls Is ar. amer ,drr,ent , which amsndmen1 number is th is?= (Eoctos.e copy of o r igi nal a nd/or last amen dment)
l:t a n emergency, who die! you tall< with al TO I"!'{ Emer gency#: ______ _
Dale 3nd Hout o f Em8ri;e r..cy (HH.'M Ml'DDIYY}: _______ _
D8Scriplion of the sudden, unexpected even1 end explenation of llOV/ tt10 ovent caused nsafe cond it ions or Would ca use
equ ipment d amaige {computeis. machiner)', etc, _________________________ _
8) Dascrip1ion of procedu res to b e folloi red in lhe e•te!"lt !hat unexpe cted as b estos is fo und or prevrot.1r,I)• rmn-fr ia:?le
;isbcest~ ms1 e ri al bec om es Ci umbloo. pu l•,erized. or reduced lo rio wde r : -----------------
9) Was en A-;be s1os :su rvey performed ? ~ YE·S L NO Dal e: TO H lnsp,:;,c tor l.icen.se No ; _____ _
Anr:;,lytic:.,,I Me1hcd ; iJ PLM O TE ,f r Assume d TDH Labcrai ory Licen_o;e N,1 : ~------
(For T .O.HPA (public building) projec1s: an as::;l)mption m us i be made l,y a T DH LicoosG d lnspec;lor)
tO) Descriptio n. of planned r:remol iliO r, or mncvation work, t'\,pe of m1;;telia l, ~o metr,od(s) to J;.e used,,.,: ______ _
11 } Dl3st:rip lion of work rir.:,ciir.e s l'lnd engineering co ntrols 10 be used to p rC 'IMt emissions o f asbes1os a:. the
de mo liti o-..'11renova1ion :. ________________________________ _
SC-61
PART D -SPEClAL CONOITtONS
12) AU .. applicable-ilams in the Collov,i ng table mw;t t>e-complete~: IF NO AS6fSTOS PRESENT CHECK HERE ,:J
Pipes. . · S'Urface Arl;!a
RACM lob$ ~rnoved
RACM NOT removed
Interior Cate l non-friabla removed
Exterior Ca!B o I non-fri.ibl,e rernoved
Cate I non-ftlable NOT ~inovoo
Interior ~al o II non-friable removed
ExteriOr Ca!-eq II non-friable rernoYed ,
Cate II noo-frlable ~OT removed
RACM Ott-Facility Componenl
13) Waste Tran.sporter Name : ________________ TOH LicenseNurnber. _____ _
Address: ___________ Cify: ____ -______ siat.e: ___ Zip : ___ _
Contact Pe~on; Phooe Number: ...._...i... _______ _
14) waste DispOl'Sal Site Name =·----------,,.,...-----------------------Address :. ______________ C.ity: _________ Slate: ___ Zip: ___ _
Telephone : TNRCC Permit Number:--------
15) For structurally unsound faellltles, attach a eopy of crernolmon order and identify GqvemmeJlt.;11 Official below :
Nam e: Reglstratlon No:-------------Tille:. _______________ _
Dale of order (MM.IDD/YY} Dale order to l;)egi11 (MM/OD/YY) _ __,_f ---'-~
16) Sch.ei:fu!ed Oates of Asbestos Abatement (MMJDDNY) s~rt ----''---'---Ccmpl ~; -,-!---...!...
17) Scheduled Dates Demolilion/R..enovation (MM/OD/YY) S1art: _ . Complete:-=--:....,-~---
.., Note : If the start dale -on this notiflc-ation cis ~ not b,o mvl, the TOH Regional 1;1,r Loi:al Program office Must be coniacled by
phone prior'lothe i;tart data . Failure to do so is.• ... t.ol:ation tn 3eeorel;lnco lo TAHPA, Sadlon :1:95,81.
I hereb)' oeJ1ify ·1t1EJl all information I ~\le provided Is correcl, complete , and true 10 the best of my knowted'ge. I sckn O'Nledge
that I em ~onslble for all aspects or the notificalic;m form, ftJc lu.tfing, but not li milirig , cootent and submlss fort dates . The
maximum penally is $10 ,000 per day per violation .
(Signa!UJe of ,6uih:.fin9 owner{ Operator
or Delegated Consuttan11Contraclor)
MAIL TO:
(Printed Nam~) (Date}
ASBESTOS NOTI FICA"TION SECTION
TOXI.C SUBSTANCES CONTROl. DMSION
TEXAS DEPAATMENT OF HEAL 1H
PO BOX 143538
AUSTIN, TX 78714-l538
PH: 512-834~600, 1-800-572-5548
(Telephorie)
(Fax Numoor)
•F,a)(es arc 1101 ac-e~pted·
Form APB#5, dated 07129/02. Replaces TDH f()(trl dated 07113/01 _ For assistance in CQmple!ing fo!T11. 1;.;iJI 1-S00-572-5548
02/09/2010 SC-62
PART D -SPEC[AL CONDITtONS
02/09/2010 SC-63
PART D -SPECIAL COND1T l0NS
'"' -·~ -Ci ly of R)rt Wotth ·---0~ --,'is' ·,c
lta ,ti ~~ ,.
llf:UfjfA eam eonstrudon P.,e Wage RaJes ,F_pr 2008 F l :L __ ;}.
Classific ations
Air Tool O perator
Asphalt Raker
Asphalt Shoveler ·
Asohal. Dislribul'or Operator
Asp'hall Paving Mac.hine Operator
Ba tching P !am Weigher
Broom ·OI" S 11o•eepe,-Ooeralor
Bull do:zer Operator
Carpenter (Rouch)
Con crele Finisher-Pavir.g
Ooncrele Finisher -Structures
Concrefe Pa-vino Curbin11 Mach. Ooer.
Concrefe Paving Finishing Mach. Oper.
Concrefe Paving Joint Sealer Oper.
Cor.c refe Pavina S a•N Ooer·.
Gor,crete Paving Spreader Oper.
C-Oncrefe Rubt::er
Crane, Cla ms hell, Backhoe, De1rick,
Dfag6ne. Shovel
E lectrician
A agger
f'orm Bu ifder-S l ructures
Form Setter-Paving & CUrbs
Foundation Drill Oo,e ra!:x, Crawler Mounted
Founda1ion Drill Oo,e ra!or, T ruck Mounted
Front End Loader
L aborer-Common
L aborer-Utility
M echanic
Milling Machine Operator, Fine Grade
Mixer Ocera!or
Mo!or Grader Open 1i.or (Fme Grade}
Menor Grader 01>ern l or. Rouch OiJe,
Painter. Structures
Pavement Ma rk m11 M acilme Ope.
Pioe L av-er
RoHer, Steel Wheel Plant-Mix Pavements
Roller, Steel W heel Q,fher F)atwheel or
TamDll'la
Roller, Pneumatic. Se lf-Pr,ooelle<I Scraper
Reinforcing Steel Setler (Paving)
R etnforcin11 Steel Setler (Slrucfure)
Sou rce is AGC of Texas
(Hwy, Hvy . utiliiH!s f.nd u strial Bl a.nctl)
W'hw .access .. gpogo•1l-da vi.sbaconl
0 2/09/2010
Hourlv Rates Classifications
$10.00 Sc!'aper Operaior
$13.Ba Servicer
ss.ao Slip Form Machine Ope rafOI"
$13.ll'!I Scread-:r Box Operator
$12.78 Tracfar aperator, Cr a.Yder T v,.,..
$14.15 T ract°' operator , Pneumatic
SQ.88 Tra•,elina Mixer Ooeratcr
$13.22 Truck Driver-S in gle Axle (Ligh!)
$12 .80 Truck Dr i•,er-Sirl!lle Axle (He.aw1
$12.S!i Truck Dfr,er-Tandem Axle Semi-Trailer
$13 .27 Truck Driver-L owbov/Float
$12.00 Truck Driva--Transi t Mix
Wagon Drill . Borlng Mach.ine. Post Hole
$13.63 Driller
$12.50 Welder
$13,56 Work Zone Barricade Se,rv icer
$14.50
$10.51
$14 .12
$18. 12
$8.43
$11.63
$11.83
$13.57
$16.30
$12 .62
S1:U8
$10 .55
$16 .97
$11 .83
$11 .5J.3
$15.20
$14_50
$13 .H
$10.04
$11 .04
$1 1.28
$10.92
$11.07
$14 .86
$16.29
SC-64
...
. .'%
Hr1 v Rts
$11.42
S 12.32
$12 .33
S.10 .92
5 12 .. 6D
$12 .91
S 12.03
$10.91
$11.47
$11 .75
$14.91
$12 .08
S 14.0D
$13 .57
$10.0Q
PART DA -ADDITIONAL SPECIAL CONDITIONS
AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMIT} .............. 3
PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMIT) .................................. .4
PIPE ENLARGEMENT SYSTEM (OMIT} ...................................................................... .4
FOLD AND FORM PIPE (OMIT) .................................................................................... 4
SLIPLINING (OM IT) ....................................................................................................... 4
PIPE INSTALLED BY OTHER THAN OPEN CUT (OMIT} ............................................ .4
TYPE OF CASING PIPE (OMIT) ................................................................................... .4
SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMIT) ................................... 4
PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION .................... .4
MANHOLE REHABILITATION (OMIT} .......................................................................... 6
SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT} ..... , ............... 6
INTERIOR MANHOLE COATING-MICROSILICATE MORTAR SYSTEM ................... 6
INTERIOR MANHOLE COATING -QUADEX SYSTEM ................................................ 9
INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM ...................................... 12
INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM .................................... 14
INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER .... 17
INTERIOR MANHOLE COATING-STRONG -SEAL-SYSTEM ..................................... 19
RIGID FIBERGLASS MANHOLE LINERS (OMIT) ....................................................... 22
PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT) .................................... 22
PRESSURE GROUTING (OMIT} ................................................................................. 22
VACUUM TESTING OF REHAB ILITATED MANHOLES ............................................. 22
FIBERGLASS MANHOLES (OMIT} ............................................................................. 25
LOCATION AND EXPOSURE OF MANHOLES AND WATERVALVES ..................... 25
REPLACEMENT OF CONCRETE CURB AND GUTTER ............................................ 26
REPLACEMENT OF 6" CONCRETE DRIVEWAYS .................................................... 26
REPLACEMENT OF H.M.AC. PAVEMENT AND BASE ............................................. 27
GRADED CRUSHED STONES .................................................................................... 27
WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMIT} ............................................... 28
BUTT JOINTS -MILLED ............................................................................................. 28
2" H.M.AC. SURFACE COURSE (TYPE "D" MIX) ..................................................... 28
REPLACEMENT OF 7" CONCRETE VALLEY GUTTER ............................................ 29
NEW 7" CONCRETE VALLEY GUTTER ..................................................................... 30
NEW 4" STANDARD WHEELCHAIR RAMP (OMIT}.. ................................................. 30
8" PAVEMENT PULVERIZATION ............................................................................... 30
REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT) .......................... 31
RAISED PAVEMENT MARKERS (OMIT) .................................................................... 32
POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMIT}.. ... 32
LOADING, TRANSPORT. & DISPOSAL OF CONTAMINATED SOIL (OM IT} ............ 32
ROCK RIPRAP • GROUT -FILTER FABRIC (OMIT) .................................................. 32
CONCRETE RIP RAP (OMIT).. ..................................................................................... 32
CONCRETE CYLINDER PIPE AND FITTINGS (OMIT) ............................................... 32
CONCRETE PIPE FITTINGS AND SPECIALS (OMIT).. .............................................. 32
UNCLASSIFIED STREET EXCAVATION .................................................................... 32
6 " PERFORATED PIPE SUBDRAIN (OMIT) ............................................................... 32
REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMIT} ........................................ 32
RECOMMENDED SEQUENCE OF CONSTRUCTION (OMIT} .................................... 33
PAVEMENT REPAIR IN PARKING AREA (OMIT) ... : .................................................. 33
EASEMENTS AND PERMITS ...................................................................................... 33
HIGHWAY REQUIREMENTS (OMIT) .......................................................................... 33
CONCRETE ENCASEMENT ....................................................................................... 33
10/23/08 ASC -1
PART DA -ADDITIONAL SPECIAL CONDITIONS
CONNECTION TO EXISTING STRUCTURES ............................................................. 33
TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMIT) ..................... 33
OPEN FIRE LINE INSTALLATIONS (OMIT) ................................................................ 33
WATER SAMPLE STATION (OMIT) ............................................................................ 34
CURB ON CONCRETE PAVEMENT (OMIT ) ............................................................... 34
SHOP DRAWINGS ...................................................................................................... 34
COST BREAKDOWN .................................................................................................. 34
STANDARD STREET SPECIFICATIONS H.M.AC. OVERLAY .................................. 35
H.M.A.C. MORE THAN 9 INCHES DEEP .................................................................... 35
ASPHALT DRIVEWAY REPAIR (OMIT) ...................................................................... 35
TOP SOIL (OMIT) ........................................................................................................ 35
WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMIT) ...... 35
B ID QUANTITIES ........................................................................................................ 35
WORK IN HIGHWAY RIGHT OF WAY (OMIT) ........................................................... 35
CRUSHED LIMESTONE (FLEX-BASE) ....................................................................... 36
OPTION TO RENEW ................................................................................................... 36
NON-EXCLUSIVE CONTRACT ................................................................................... 36
CONCRETE VALLEY GUTTER. .................................................................................. 36
TRAFFIC BUTTONS (OMIT) ....................................................................................... 36
PAVEMENT STRIPING (OMIT) ................................................................................... 36
H.M.A.C. TESTING PROCEDURES ............................................................................ 36
SPECIFICATION REFERENCES ................................................................................. 37
RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VALVE AND BOX ........................................................................................................ 37
RESILIENT-SEATED GATE VALVES ......................................................................... 37
EMERGENCY SITUATION, JOB MOVE-IN ................................................................. 37
1 W ' & 2 " COPPER SERVICES .................................................................................. 38
SCOPE OF WORK (UTIL. CUT) ................................................................................. 38
CONTRACTOR'S RESPONSIBILTY (UTIL. CUT) ....................................................... 39
CONTRACT TIME (UTIL. CUT) ................................................................................... 39
REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. cun .................................. 39
TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT) .................................................... 39
LIQUIDATED DAMAGES (UTIL. CUT) ........................................................................ 39
PAVING REPAIR EDGES (UTIL. CUT) ...................................................................... .40
TRENCH BACKFILL (UTIL. CUT) ............................................................................. .40
CLEAN-UP (UTIL. CUT) .............................................................................................. 40
PROPERTY ACCESS (UTIL. CUT) ........................................................................... .40
SUBMISSION OF BIDS (UTIL. CUT) .......................................................................... .41
STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT) ............................................... .41
CONCRETE BASE REPAIR FOR UNIT II & UNIT Ill (UTIL. CUT) ............................. .41
2" TO 9" H.M.AC. PAVEMENT (UTIL. CUT) ............................................................. .41
ADJUST WATER VALVE BOXES, MANHOLES, & VAULTS (UTIL. CUT) ................ .42
MAINTENANCE BOND (UTIL. CUT) .......................................................................... .42
BRICK PAVEMENT (UTIL. CUT) ................................................................................ .42
LIME STABILIZED SUBGRADE (UTIL. CUT) ............................................................ .43
CEMENT ST ABILIZED SUBGRADE (UTIL. cun ...................................................... .43
REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT) ........................................ .44
"QUICK-SET" CONCRETE (UTIL. CUT) .................................................................... .44
UTILITY ADJUSTMENT (UTIL. CUT) ( ....................................................................... .44
STANDARD CONC. SIDEWALK & WHEELCHAIR RAMPS (UTIL. CUT) ................. .45
10/23/08 ASC-2
DA-100
DA-101
DA-102
DA-103
DA-104
DA-105
DA-106
DA-107
DA-108
DA-109
DA-110
DA-111
DA-112
DA-113
DA-114
DA-115
DA-116
DA-117
DA-118
DA-119
PART DA -ADDITIONAL SPECIAL CONDITIONS
LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT) ................................... .45
CONCRETE CURB AND GUTTER (UTIL. CUT) ...................................................... 45
PAYMENT (UTIL. CUT) ........................................................................................... 46
DEHOLES (MISC. EXT.) ......................................................................................... .46
CONSTRUCTION LIMITATIONS (MISC. EXT.) ...................................................... .47
PRESSURE CLEANING AND TESTING (MISC. EXT.) .......................................... .47
BID QUANTITIES (MISC . EXT.) .............................................................................. .47
LIFE OF CONTRACT (MISC. EXT.) ........................................................................ .47
FLOWABLE FILL (MISC. EXT.) .............................................................................. .48
BRICK PAVEMENT REPAIR (MISC. REPL.) (OMIT) ............................................. .48
DETERMINATION AND INITIATION OF WORK (MISC. REPL.) ............................ .48
WORK ORDER COMPLETION TIME (MISC . REPL.) ............................................. .49
MOVE IN CHARGES (MISC. REPL.) ...................................................................... .49
PROJECT SIGNS (MISC. REPL.) ........................................................................... .4 9
LIQUIDATED DAMAGES (MISC. REPL.) ............................................................... .49
TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.) ............................................. 50
FIELD OFFICE ......................................................................................................... 50
TRAFFIC CONTROL PLAN ..................................................................................... 51
COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS .............. 51
CATHODIC PROTECTION SYSTEM (OMIT) 51
DA-1 AWARD OF CONTRACT FOR PROJECTS WITH MULTIPLE UNITS (OMIT)
1012310a ASC -3
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-2 PIPELINE REHABILITATION CURED-IN-PLACE PIPE (OMIT)
DA-3 PIPE ENLARGEMENT SYSTEM (OMIT)
DA-4 FOLD AND FORM PIPE (OMIT)
DA-5 SLIPLINING (OMIT)
DA-6 PIPE INSTALLED BY OTHER THAN OPEN CUT (OMIT)
DA-7 TYPE OF CASING PIPE (OMIT)
DA-8 SERVICE LINE POINT REPAIR/ CLEANOUT REPAIR (OMIT)
DA-9 PROTECTIVE MANHOLE COATING FOR CORROSION PROTECTION
A. GENERAL:
1. Scope : This section governs all work , · materials and testing required for the.
application of interior protective coating. Structures designated to received interior
coating are listed an the construction drawings. The structures are to be coated,
including interior wall, top and bench surfaces. Protective coating for corrosion
protection shall meet the requirements of this Specification (and items DA-14 and
DA-15) and the Manufacturers recommendations and specifications.
2. Description: The Contractor shall be responsible for the furnishing of all labor,
supervision, materials , equipment, and testing required for the completion of
protective coating of structures in accordance with manufacturer's
recommendations .
3. Manufacturer's Recommendations: Materials and procedures utilized for the lining
process shall be in strict accordance with manufacturer's recommendations.
4. Corrosion Protection: Corrosion protection may be required on all structures
where high turbulence or high H2S content is expected.
B. MATERIALS:
1.
2.
10/23/08
Scope: This section governs the materials required for completion of protective
coating of designated structures.
Protective Coating : The protective coating shall be a proprietary two component,
100 percent solids, rigid po lyurethane system designated as Spray Wall as
manufactured by Sprayroq, Inc . or a two-part epoxy resin system using 100% solids
ASC-4
PART DA -ADDITIONAL SPECIAL CONDITIONS
based epoxy binder with fibrous and flake fillers , is manufactured by Raven Lining
systems and designated as Raven 405 .
3. Specialty Cement (If required for leveling or filling): The specialty cement -based
coating material shall be either Quadex QM-1s as manufactured by Quadex, Inc. or
Reliner MSP as manufactured by Standard Cement Materials.
4. Material Identification: The protective coating material sprayed onto the surface of
the · structure shall be a urethane or epoxy resin system formulated for the
application to a sanitary sewer environment. The spray system shall exhibit the
minimum physical properties as follows:
5 .
Property
Tensile Strength
Flexural Stress
Flexural Modulus
Standard
ASTM D-638
ASTM D-790
ASTM D-790
Long Term Value
5 ,000 psi
10 ,000 psi
550 ,000 psi
Mixing and Handling : Mixing and Handling of specialty cement mate.rial and
protective coating material, which may be toxic under certain conditions shall be !n
accordance with the recommendations of the manufacturer and in such a manner
as to minimize hazard to personnel. It is the responsibility of the Contractor to
provide appropriate protective measures to ensure that materials are under control
at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject to the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the spray
coating operations and coating installations.
C. EXECUTION:
10/23/08
1. General: Protective coating shall not be installed until the structure is complete
and in place.
2. Preliminary Repairs:
a . All foreign materials shall be removed from the interior of the structure
using high pressure water spray (3500 psi to 4000 psi at spray tip).
b. All unsealed lifting holes, unsealed step holes, and voids larger than
approximately one-half (1/2) inch in thickness shall be filled with patching
compound as recommended by the material supplier for this application.
c . After all repairs have been completed , remove all loose material.
3 . Protective Coating :
a . The protective coating shall be applied to the structure from the bottom of
the frame to the bench, down to the top of the trough. The top of the.
structure shall also be coated.
ASC-5
PART DA -ADDITIONAL SPECIAL CONDITIONS
b. The protective coating shall be installed in accordance with the
manufacturer's recommendations and the following procedure.
1) The surface shall be thoroughly cleaned of all foreign materials and
matter.
2) Place covers over the invert to prevent extraneous material from
entering the sewers.
3) If required for filling or leveling, apply specialty cement product to
provide a smooth surface for the coasting material.
4) Spray the urethane or epoxy onto the structure wall and
bench/trough to a minimum uniform thickness of 125 mils (0.125
inches). Thickness to be verifiable through the use of methods
acceptable to the Engineer. After the walls are coated, the wooden
bench covers shall be removed.
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to 'the touch, before being subjected to active
flaw.
6) No applications shall be made to frozen surfaces or if freezing is
expected to occur inside the structure within 24 hours after
application .
4. Testing of Rehabilitated Manholes: Testing of rehabilitated manholes for
watertightness shall be performed by the Contractor after operations are
complete in accordance with the Section D-36 -VACUUM TESTING OF
SANITARY SEWER MANHOLES.
D. MEASUREMENT AND PAYMENT: Payment shall be. based on the Contract Unit Price
Bid per vertical foot, measured from the bottom of the frame to the top of the bench. The
Contract Unit Price shall be payment in full for performing the work and for furnishing all
labor, supervision, materials, equipment and material testing required to complete the
work. Pressure grouting, if necessary to stop active infiltration prior to application of the
protective coating , shall be included in the above unit price. Grouting of the pipe seals,
bench and trough, and lower portion of a particular structure, if required by the Engineer,
shall be paid for separately, as specified in Section DA-10, MANHOLE REHABILITATION.
DA-10 MANHOLE REHABILITATION (OMIT)
DA-11 SURFACE PREPARATION FOR MANHOLE REHABILITATION (OMIT)
DA-12 INTERIOR MANHOLE COATING -MICROSILICATE MORTAR SYSTEM
10/23/08 ASC-6
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. GENERAL
1. Scope -This section governs all work, materials and testing required for the
application of interior manhole coating . Manholes designated for inte.rior coating are
listed an the Manhole Rehabilitation schedule . Interior manhole coating shall meet
the requirements of this section or of Section DA-13 , DA-14 , DA-15 , DA-16 or DA-
17.
2. Description -The Contractor shall be responsible for the furnishing of au labor,
supe.rvision, materials , equipment, and testin g required for the completion of interior
coating of manholes in accordance with the Contract Documents .
3. Manufacturers Recommendations -Materials , mixture ratios, and procedures utilized
for the coating process shall be in accordance with manufacturers'
recommendations .
4. Manholes -Manholes. to be coated are of ·brick, black, or concrete construction .
Some manholes may have a cementitious sprayed or trowelled on coating over the
original interior surface.
B. MATERIALS
1. Scope -This section governs the materials requ ired for completion of interior coating
of manholes .
2. Interior Coating -Reliner MSP proprietary pre-blended mixture of cementitious and
pozzolanic materials , silica fume admixture, 100 percent polypropylene fibers and
other selected ingredients, as manufactured by Standard Cement Materials. No
material (other than clean potable water) shall be used with or added to these
standard products without prior approval or recommendation of the respective
manufacturer.
3. Material Identification -Contractor shall completely identify the types of grout, mortar,
patching compounds, sealant, and/or root control chemicals used and provide case
histories of successful use or defend the choice of grouting materials based on
chemical and physical properties, ease of application, and expected performance, to
the. satisfaction of the Engineer.
4. Mixing and Handling -Mixing and handling of interior coating , which may be toxic
under certain conditions shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate protective measures to ensure
that materials are under control at all times and are not available to unauthorized
personnel or animals. AU equipment shall be subject to . the approval of the
Engineer. Only personne l thoroughly familiar with the handling and application of
the coating material shall perform the coat ing operations .
C. EXECUTION
1012310 a ASC-7
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. General -Manhole coating shall not be performed until replacement of manhole
covers, sealing of manhole frame and grade adjustments, partial manhole
replacement, or concret e collar construction is complete .
2 . Temperature -Normal interior coating operation shall be performed at temperatures
of 40°F or greater. No application shall be made when freezing is expected within 24
hours. If ambient temperatures are in excess. of 90 °F , precautions shall be taken to
keep mixing water below 85°F , using ice if necessary.
3. · Interior Manhole Coating
4 .
a . T he interior coating shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough, including the bench/trough .
b. T he interior coating shall be applied in accordance with the manufacture.r's
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements of
Section DA-11 , SURFACE PREPARATION FOR MANHOLE
REHABILITATION .
2). The surface prior to application shall be damp without noticeable free
water droplets or running water. Reliner MSP material shall be spray
applied (using a manufacturer approved machine) to a minimum
uniform thickness of 1-inch minimum. Troweling shall begin
immediately following the spray application . The trowelled surface
shall be smooth with no evidence of previous void areas.
After the walls are coated , the wooden bench cove.rs shall be
removed and the be.nch sprayed with Reliner MSP material in such a
manner as to produce a bench having a gradual slope from the walls
to the invert with the wall/bench intersection built up and rounded to a
uniform radius for the full circumference of the intersection . The
thickness of the bench shall be no less than 1-inch at the invert and
shall increase in the direction of the wall so as to provide the required
slope ..
3) The final application shall have a minimum of four (4) hours cure time
before being subjected to active flow. Ambient conditions in the
manhole are adequate for curing as long as the manhole is covered .
4) Traffic shaH not be allowed over manholes for 24 hours after
reconstruction is complete .
Testing of Rehabilitated Manholes
ASC-8
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. Testing of rehabilitated manholes for watertightness shall be performed by
the contractor after operations are complete in accordance with Section DA-·
21 .
b. At least two 3-inch diameter x 6-inch tall cylinders of the coating material
shall be taken from each days work with the date, location and job recorded
on each . The cylinders shall be sent to a certified testing laboratory for
testing. A compression test will be made per ASTM C780 or ASTM C-10 , as
recommended by the material manufacturer, and the results will be furnished
to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the top
of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials , equipment
and all material testing necessary to complete the work. Grouting, if necessary, shall be
included in the above unit price. Grouting of the pipe seals, bench and trough, and lower
portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or
required to be done by the Engineer, shall be paid for separately at the Contract Unit Price.
DA-13 INTERIOR MANHOLE COATING -QUADEX SYSTEM
A. GENERAL
10/23/08
1. Scope
This section governs all work, materials and testing required for the application of interior
manhole coating . Manholes designate.d for interior coating are listed the Manhole
Rehabilitation Schedule. Interior manhole coating shall meet the requirements of
this Section or of Section DA-12 , DA-14, DA-15, DA-16 or DA-17.
2. Description
The Contractor shall be responsible for the furnishing of all labor, supervision , materials,
equipment , and testing required for the completion of interior coating of manholes in
accordance with the Contract Documents.
3. Manufacturers Recommendations
Materials, mixture ratios , and procedures utilized far the coating process shall be in
accordance with manufacturers' recommendations .
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. Some manholes
may have a cementitious sprayed or trowelled on coating over the original interior
surface.
ASC-9
PART DA -ADDITIONAL SPECIAL CONDITIONS
B. MATERIALS
1. Scope
This sedion governs the materials required for completion of interior coating of
manholes.
2. Interior Coating
Quadex QM-1s and Quadex Excel proprietary pre-blended cement based synthetic
granite (Donnafill) enhanced polypropylene fiber reinforced coatings as
manufactured by Quadex, Inc. No material (other than clean potable water) shall be
used with or added ta Quadex QM-1s or Quadex Excel without prior approval or
recommendation from Quadex, Inc.
3. Material Identification
Contractor shall completely identify the types of grout, mortar, patching compounds ,
sealant, and/or root control chemicals used and provide case histories of successful
use or defend the choice of grouting materials based on chemical and physical
properties , ease of application, and expected performance, to the satisfaction of the
Engineer.
4 . Mixing and Handling
Mixing and handling of interior coating , which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under
control at all times and are not available to unauthorized personnel or animals. All
equipment shall be subject ta the approval of the Engineer. Only personnel
thoroughly familiar with the handling of the coating material shall perform the coating
operations.
C . EXECUTION
10/23/08
1. General
Manhole coating shall not be. performed until replacement of manhole covers,
sealing of manhole frame and grade adjustments, partial manhole replacement , or
concrete collar construction is complete.
2 . Temperature
3 .
Normal interior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours. If
amb ient temperatures are in excess of 90°F , precautions shall be taken to keep
mixing water below 85°F, using ice if necessary.
Interior Manhole Coating
ASC-10
PART DA -ADDITIONAL SPECIAL CONDITIONS
a . The interior coat ing shall be applied to the manhole from the top of the corbel
or flattop to the bench/trough, including the bench/trough.
b. The interior coating shall be applied in accordance w ith the manufacturer's
recommendations and the following procedure .
1) The surface preparation shall comply with the requirements of
Section DA-11 , SURFACE PREPARATION FOR MANHOLE
REHABIUATATION.
2) The surface prior to application shall be damp without notice.able free
water droplets or running water. QM-1 s material shall be spray
applied (using a Quadex Mode l 900D application machine or
manufacturer approved equal) to a minimum uniform thickness of 1-
. inch minimum. Troweling shall begin immediately following the spray
application . The trowelled surface shall be smooth with no evidence
of previous void areas.
3) The final application shaU have a minimum of four (4) hours cure time
before being subjected to active flow. Ambient conditions in the
manhole are adequate for curing as long as the manhole is covered .
4) Traffic shall not be allowed over manholes for 12 hours after
re.construction is complete ..
4. Testing of Rehabilitated Manholes
a . Testing of rehabilitated manholes for watertightness shall be performed by
the contractor after operations are complete in accordance with Section DA-
21.
b. At least two 3-inch diameter x 6-inch tall cylinders of the coating mate.rial
shall be taken from e.ach days work with the date, location and job recorded
on each . The cyl inders shall be sent to a certified testing laboratory for
testing . A compression test will be made per ASTM C780, and the results
will be furnished to the Engineer and Owner on request.
D. MEASUREMENT AND PAYMENT
10/23/08
Payment shall be based on the Contract Unit Price per vertical foot measured from the top
of the corbel or flattop to the top of the bench. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials , equipment
and all material testing necessary to complete the work . Grouting , if necessary to stop
active leaks in manhole wall areas , shall be included in the above unit price. Grouting of the
pipe seals, bench and trough , and lower portion of a particular manhole , if required by the
Manhole Rehabilitation Schedule or required to be done by the Engineer, shall be paid for
separately at the Contract Unit Price.
ASC-11
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-14 INTERIOR MANHOLE COATING -SPRAY WALL SYSTEM
A. GENERAL
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed on the
Manhole Rehabilitation Schedule. Interior manhole coating shall meet the
requirements of this Section orof Section DA-12:, DA-13 , DA-15, DA-16 or DA-17.
2. Description
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
mater ials , equipment, and testing required for the. completion of interior coating of
manholes in accordance with the Contract Documents.
3. Manufacturer's Recommendations
Materials, mixture ratios , and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations .
4. Manholes
Manholes to be coated are of brick, block, or concrete construction . All manholes
shall have a minimum of one-half (1/2) inch specialty cement-based coating material
(Quadex QM-1s or Refiner MSP) sprayed or trowe.lled on coating over the original
interior surface .
B. MATERIALS
10/23/08
1. Scope
This section governs the materials required for completion of interior coating of
manholes .
2:. Interior Coating
The interior coating shall be a proprietary two component , 100 percent solids , rigid
polyurethane system designated as Spray Wall as manufactured by Sprayroq, Inc.
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1s as
manufactured by Quadex , Inc. or Refiner MSP as manufactured by Standard
Cement Materials .
ASC-12
PART DA -ADDITIONAL SPECIAL CONDITIONS
4 . Material Identification
The interior manhole coating material sprayed onto the surface of the manhole shall
be a urethane resin system formulated for the application to a sanitary sewer
environment. The spray system shall exhibit the. physical properties as follows :
Property
Tensile Strength
Flexural Stress
Flexural Modulus
5. Mixing and Handling
Standard
ASTM D-638.
ASTM D-790
ASTM D-790
Long Term Value
5,000 psi
10,000 psi
5.50,000 psi
Mixing and handling of specialty cement material and interior coating material, which
may be toxic under certain conditions shall be in accordance with the
recommendations of the manufacture.r and in such a manner as to minimize hazard
to personnel. It is the responsibility of the Contractor to provide appropriate
protective measure.s to ensure that materials are under control at all times and are
not available to unauthorized personnel or animals. All equipment shall be subject to
the approval of the Engineer. Only personnel thoroughly familiar with the handling of
the coating material shall perform the spray coating operations and coating
installations.
C. EXECUTION
10/23/0 8
1. General
Manhole coating shall not be installed until sealing of manhole frame and grade
adjustments·. or partial manhole replacement when required for the manhole per the
Manhole Rehabilitation Schedule, is complete .
2 . Temperature
Normal inte.rior coating operation shall be performed at temperatures of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
a . The interior coating shall be applied to the. manhole from the bottom of the
frame to the bench , down to the top of the trough.
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure .
1) The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pressure water
spray (minimum 3500 psi at spray tip), cleaning with muriatic acid ,
degreaser, or other solvents as needed in order to remove any film or
residue on the surface.
ASC-13
PART DA -ADDITIONAL SPECIAL CONDITIONS
2) Place covers. over the invert to prevent extraneous material from
entering the sewers.
3) Apply a minimum of one-half (1/2) inch specialty cement product
(Quadex QM-1s or Reliner MSP) smooth surface for the urethane
coating material.
4) Spray the urethane onto the manhole wall and bench/trough with a
minimum thickness of 125 mils (0.125 inches). Thickness to be
verifiable through the use of methods acceptable to the Engineer.
5) Coat trough area with specialty cement product (Quadex QM-1s or
Reiiner MSP).
1. Testing of Rehabilitate.d Manholes
a. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 .
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in
full for performing the work and for furnishing all labor, supervision, materials , equipment
and material testing required to complete the work. Grouting, if necessary, shall be
included in the above unit price. Grouting of the pipe seals, bench and trough, and lower
portion of a particular manhole, if required by Manhole Rehabilitation Work Schedule or
required to be done by the Engineer, shall be paid for separately at the Contract Unit Price.
DA-15 INTERIOR MANHOLE COATING -RAVEN LINING SYSTEM
A. GENERAL
10/23 /08
1. Scope
This section governs all work, materials and testing required for the application of
interior manhole coating. Manholes designated for interior coating are listed of the
Manhole Rehabilitation Schedule, listed in Section I. Interior manhole coating shall
meet the requirements of this Section, or of Section DA-12, DA-13, DA-14, DA-16 or
DA-17.
2. Description
3.
The Contractor shall be responsible for the furnishing of all labor, superv1s1on,
materials, equipment, and testing required for the completion of interior coating of
manholes in accordance with the Contract Documents.
Manufacturer's Recommendations
ASC-14
PART DA -ADDITIONAL SPECIAL CONDITIONS
Materials, mixture ratios, and procedures utilized for the coating process shall be in
accordance with manufacturer's recommendations.
4. Manholes
Manholes to be coated are of brick, block, or concrete construction. All manholes
shall have a minimum of one-half (1/2) specialty cement-based coating material
(Quadex QM-1s or Reliner MSP) sprayed or trowelled on coating over the original
interior surface.
B. MA TE RIALS
1. Scope
This section governs the materials required for completion of interior coating of manholes .
2. Interior Coating
Raven Ultra High-Build epoxy Coating, a two-part epoxy resin system using 100%
solids based epoxy binder with fibrous and flake fillers, is manufactured by Raven
Lining systems and designated as Raven 405. ·
3. Specialty Cement
The specialty cement-based coating material shall be either Quadex QM-1s as
manufactured by Quadex, Inc. or Reliner MSP as manufactured by Standard
Cement Materials .
4. Material Identification
Contractors will completely identify the types of grout, mortar, sealant, and/or root
control chemicals proposed and provide case histories of successful use or defend
the choice of grouting, materials based on chemical and physical properties , ease of
application, and expected performance. These grouting materials shall be
compatible with Raven 405 interior coating. The contractor shall be responsible for
getting approval from Raven Lining systems and/or the grout manufacturers for the
use of these grouting materials.
5. Mixing and Handling
Mixing and handling of interior coating , which may be toxic under certain conditions
shall be in accordance with the recommendations of the manufacturer and in such a
manner as to minimize hazard to personnel. It is the responsibility of the Contractor
to provide appropriate protective measures to ensure that materials are under
control at all times and are not available to unauthorized personnel or animals . All
equipment shall be subject ta the approval of the Engineer. Coating shall be
performed only by certified applicators approved by the manufacturers.
C . EXECUTION
1012310 a ASC-15
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. General
Manhole coating shall not be performed until sealing of manhole. from frame and
grade adjustments, partial manhole replacement , manhole grouting or sewer
replacement/repairs are complete .
2. Temperatures
Normal interior coating operation shall be performed at temperature.s of 40°F or
greater. No application shall be made when freezing is expected within 24 hours.
3. Interior Manhole Coating
4 .
a. Manholes scheduled for interior coating are shown on the Manhole
Rehabilitation Schedule. The. interior coating shall be applied to the manhole
from the bottom of the manhole frame to the bench/trough, including the
bench/trough.
b. The interior coating shall be installed in accordance with the manufacturer's
recommendations and the following procedure.
1) The surface preparation shall comply with the requirements of
Section DA-11, SURFACE PREPARATION FOR MANHOLE
RESTORATION.
2) Apply a minimum of one-half (1/2) inch specialty cement-based
product (Quadex QM-1s or Reliner MSP) smooth surface for the
urethane coating material.
3) The surface prior to application may be damp but shall not have
noticeable free water droplets seeping or running water. Material
shall be spray applied per manufacturer's recommendations with a
minimum thickness of 125 mils (0 .125 inch).
4) After the walls are coated , the wooden bench covers shall be
removed and the bench sprayed to the same average and minimum
thickness as required for the walls.
5) The final application shall have a minimum of three (3) hours cure
time or be set hard to the touch , before being subjected to active flow.
6) No applications shall be made to f rozen surfaces or if freezing is
expected to occur in side the manhole within 24 hours after
application .
Testing of Rehabilitated Manholes
ASC-16
PART DA -ADDITIONAL SPECIAL CONDITIONS
a. After the epoxy liner has set (hard to touch}, all visible pinholes shall be
repaired. Repairs shall be made by lightly abrading the surface and brushing
the lining material over the area . All blisters and evidence of uneven cover
shall be repaired according to the manufacturer's recommendations . Spot
check of coating thickness may be made by Owner's Representative, and the
contractor shall repair these areas as required, at no additional cost to the
Owner.
b. Testing of rehabilitated manholes for watertightness shall be performed by
the Contractor after operations are complete in accordance with Section DA-
21 -VACUUM TESTING OF REHABILITATED MANHOLES.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot, measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
testing necessary to complete the work . Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price. for each manhole
actually grouted .
DA-16 INTERIOR MANHOLE COATING: PERMACAST SYSTEM WITH EPOXY LINER
A GENERAL
This section prescribes the minimum standards for the safe and efficient rehabilitation of
sewer structures, utilizing Permacast with Epoxy Liner.
B. MATERIALS
10/23/08
1. Leak Plugging
Leak Plugging of the same or greater strength than the Liner Mix and/or chemical
grouts may be used. If water pressures are severe , the contractor may drill relief
holes at the bottom of the manhole wall to concentrate the leaks before plugging .
2. Patching Mix
3.
Voids which have not compromised the structure in its overall soundness must be
filled prior to lining with materials of the same or greater strength than the Liner Mix .
Liner Mix
ASC-17
PART DA -ADDITIONAL SPECIAL CONDITIONS
Shall be densely compacted , Reliner Microsilicate cement mortar, Quadex QM-ls
and Quadex Excel cement mortar, or approved equal , applied uniformly at a
minimum thickness of Y:z inch. Liner Mixes shall attain strengths as follows:
Compressive ASTM C-109
Flexural ASTM C-295
Elasticity ASTM C-469
24 HOURS
3500psi
650 psi
180,000 psi
28 DAYS
10,000 psi
800 psi
1 t 150,000 psi
It shall be delivered in factory prepared packaging suitable for mixing with just the addition of
clean water in the prescribed dosage . No additives shall be used at the site without prior
approval.
All visible leaks must be plugged prior to application of the cementitious liner with quick
se.tting, non-shrink hydraulic cement mortar.
C. EXECUTION
10/23/08
1. Mixing
The manufacture's published technical specifications and directions for proportioning
and mixing shall be strictly followed by the certifie.d applicator.
2. Equipment
Equipment shall be as recommended by the manufacturer to ensure proper mixing
and pumping of the mortar and shall be clean and in good working order accord ing
to the manufacture's published recommendations for safe operation. Only factory
certified workers shall operate with a controllable retrieval method shall be used to
produce a uniform and dense application without the need to trowel which can
weaken the mortar.
3. Application
Once prepared, the application shall commence, in accord with the manufacturer's
recommended procedures and in the presence of the owner's inspector in a single
application to the prescribed thickness (1/2 inch or greate.r) without delay or
interruption in order to produce a uniform and monolithic liner. Multiple layers with
time between for drying are not allowed. Once completed, the manhole shall be
covered to prevent air drying.
4. Testing & Verification
Testing of rehabilitated manholes for water tightness shall be performed by the
Contractor after operations are complete in accordance with Section DA-21.
The owner's inspector shall verify the thickness with a wet gauge . Any area found to
less than the minimum prescribed thickness shall result in the minimum prescribed
thickness shall result in the immediate relining of the entire interior.
ASC-18
PART DA -ADDITIONAL SPECIAL CONDITIONS
Two test cubes shall be made from each day's mix and tested for strength
verification.
D. CORROSION PREVENTION
1. Preparation & Procedure
The liner shall be applied to the prepared interior as specified in proceeding sections
at Yi 'i nch thickness.
2 Protective Coating
The protective coating shall be a 100% solids epoxy with no volatile organic
compounds and white in color to optimize visual inspection.
Minimum physical properties shall be:
Hardness
Tensile Strength
Compressive Strength
Flexural Strength
ASTM D-2240
ASTM D-63860
ASTM D-69544
ASTM D-79058T
65 Shore D
10 ,000 psi
15,000 psi
1,000 psi
It shall be uniformly spray applied or centrifugally cast onto the fresh mortar before
new bacterial growth can contaminate the underlying mortar. It shall have a
minimum thickness of 125 mils and shall not run or sag during placement.
3. Safety
If personnel are required to enter the confined space during the application
procedure, each and all OSHA requirements as well as those required by the
manufacturer's material safety data sheets shall be complied with fully .
4 . Testing & Verification
The. interior shall be visually inspected for thoroughness of coverage. When dry to
the touch, the entire interior shall be tested with a Tinkor & Rasor holiday detector at
the prescribed voltage to verify thickness and locate pinholes if any. Deficiencies
shall be immediately corrected and retested.
E. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per vertical foot , measured from the
bottom of the frame to the top of the bench. The Contract Unit Price shall be payment in full
for performing the work and for furnishing all labor, supervision, materials, equipment all
testing necessary to complete the work. Payment for grouting of pipe seals, bench and
trough and manhole walls shall be based on the Contract Unit Price for each manhole
actually grouted.
DA-17 INTERIOR MANHOLE COATING-STRONG-SEAL-SYSTEM
10/23/08 ASC-19
PART DA -ADDITIONAL SPECIAL CONDITIONS
A. GENERAL
1. Scope. This sect ion governs all work , materials and testing required for the
application of interior manhole coating . Manholes designated for interior coating
are listed in the Manhole Rehabilitation Schedule, listed in Part 1. Interior
manhole coating shall meet the requirements of this Section or of Section DA-12,
DA-13, DA-14 , DA-15 or DA-16.
2. Desc ription. The Contractor shall be responsible far the furnishing of all labor,
supervision , mate.rials, equipment, and testing required for the completion of
interior coating of manholes in accordance with the Contract Documents.
3. Manufacturers Recommendations. Materials , mixture ratios, and procedures
utilized for the coating process shall be in accordance with manufacturers
recommendations.
4. Manholes. Manholes to be coated are of brick , black, or concrete construction.
Some manholes may have a cementitious sprayed or trowelled-on coating over the
original interior surface.
B. MATERIALS
1. Scope. This section governs the materials required for completion of interior
coating of manholes.
2. Interior Coating. Strong-Seal Systems MS-2A , factory-blended, cement-based ,
fiber-reinforced coating as manufactured by Strong-Seal Systems of Pine Bluff,
AR. No material (other than clean potable water) shall be used with or added to
Strang-Seal MS-2A without prior approval or recommendation from Strong-Seal
Systems.
3. Material Identification. Contractor shall completely identify the types of grout,
mortar, patching compounds, sealant, and/or root control chemicals used and
provide case histories of successful use or defend the choice of grouting materials
based on chemical and physical properties , ease of application, and expected
pe.rformance , to the satisfaction of the Engineer.
4. Mixing and Handling. Mixing and handling of inte.rior coating, which may be toxic
under certain conditions, shall be in accordance with the recommendations of the
manufacturer and in such a manner as to minimize hazard to personnel. It is the
responsibility of the Contractor to provide appropriate protective measures to
ensure that mate.rials are under control at all t imes and are not available to
unauthorized personnel or animals. All equipment shall be subject to the approval
of the Engineer. Only personnel thoroughly familiar with the handling of the coating
material shall perform the coating operations.
C. EXECUTION :
1012310a ASC-20
10/23/08
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. General. Manhole coating shall not be. performed until replacement of manhole
covers, sealing of manhole frame and grade adjustments, partial manhole
replacement, or concrete collar construction is complete.
2 . Preliminary Repairs
a) All fore.ign materials shall removed from the manhole interior using high
pressure water spray (minimum 3500 psi). Loose and protruding brick,
mortar, and concrete shall be removed using a masonry hammer and chisel
and/or scrapers. Existing roots and manhole steps · shall be removed by
cutting them 1" below the surface of the manhole .
b) All unsealed lifting holes, unsealed step holes, voids larger than ·
approximately one-half (1/2) inch in thickness shall be filled with rapid-
setting, trowel-applied patching compound prior to spray application of the.
MS-2A coating.
c) Active leaks shall be stopped using rapid-setting hydraulic cement products
specifically for that purpose and according to manufacturer's
recommendation. Some leaks may require grouting to stop the inflow.
Grouting shall be performed in accordance with Section DA-20 . Contact
Strong-Seal Systems for grouting recommendations.
d) After all repairs have been completed, remove all loose material.
3. Temperature. Normal interior coating operation shall be performed at
temperatures of 40 Degrees F or greater. No application shall be made when
freezing is expe.cted within 24 hours. If ambient temperatures are in excess of 90
Degrees F, precautions shall be taken to keep mixing water below 85 Degrees F,
using ice if necessary.
4. Interior Manhole Coating
a) The interior coating shall be applied to the manhole from the top of the
bench/trough to the top of the corbel or flattop , including the bench/trough.
b) The interior coating shall be applied in accordance with the manufacturer's
recommendations and the following procedure .
(1)
(2)
(3)
The surface shall be thoroughly cleaned of all foreign materials and
matter. Cleaning shall be accomplished by using high pre.ssure
water spray (minimum 3500 psi).
Place covers over invert to prevent extraneous material from
entering the sewer.
The surface prior to application . shall be damp without noticeable
free water droplets or running water. MS-2A material shall be spray
applied (using a manufacturer approved application machine) to a
uniform thickness of 1" minimum . Troweling shall begin immediately
ASC-21
PART DA -ADDITIONAL SPECIAL CONDITIONS
following the spray application. The, trowelled surface shall be.
smooth with no evidence of previous void areas .
(4) The. application shall have a min imum of four hours (4) cure time
before being subjecte.d to active normal flows . Ambient conditions In
the manhole are adequate for curing as long as the manhole is
covered .
(5) Traffic shall not be allowed over manholes for 12 hours after
reconstruction is complete.
5. Testing of Rehabilitated Manholes
a) Testing of rehabilitated manholes for water-tightne.ss shall be performed by
the contractor after operations are complete in accordance with Section
DA-21.
b} At least four (4) 2-inch cubes of the coating material shall be take.n from
each day's work with the date, location and Job recorded on each. The
cubes shall be sent to Strong-Seal Systems, Pine Bluff, AR, for testing. A
compression test will be made according to ASTM C-109, and the results
will be furnished to the engineer and the owner.
D. MEASUREMENT AND PAYMENT
Payment shall be based on the Contract Unit Price per each manhole coated. The
Contract Un it Price shall be payment in full for performing the work and for furnishing all
labor, supervis ion , materials, equipment and material testing necessary to complete the
work . Grouting, if necessary to stop active leaks in manhole well areas, shall be included
in the above unit price . Grouting of the pipe seals, bench and trough, and lower portion of
a particular manhole, if required by the Manhole Rehabilitation Work Schedule or required
to be done by the Engineer, shall be paid for separately.
DA-18 RIGID FIBERGLASS MANHOLE LINERS (OMIT)
DA-19 PVC LINED CONCRETE WALL RECONSTRUCTION (OMIT)
DA-20 PRESSURE GROUTING (OMIT)
DA-21 VACUUM TESTING OF REHABILITATED MANHOLES
A. GENERAL
Scope. This section describes manho.le testing to effectively confirm the watertight integrity of
existing manholes following structural ,infiltration and inflow related repairs and that the appearance
of the work is acceptable .
Description:
10/23/08 ASC-22
PART DA -ADDITIONAL SPECIAL CONDITIONS
Infiltration may be observed in manhole defects at manhole walls , pipe seals or bench/trough areas.
Infiltration related repairs are intended to eliminate leakage of groundwater into manholes.
Inflow may be observed in manhole defects at manhole frames, covers , frame sea ls, grade
adj ustments , grade adjustment seals, corbels, or walls . Inflow related repairs are intended to
eliminate sources of surface water entry that become active during rainfall events .
Structural repairs may be required when making 1/1 related manhole repairs . Structural repairs may
include defects in any manhole components but not displaying 1/1.
Testing, Observations and Guarantee Periods:
The testing required shall be performed by the Contractor at locations designated by the Eng ineer
and documented to the satisfaction of the Engineer.
Any new or rehabilitated manholes that are observed to be leaking by the Eng ineer during periods
of h igh groundwater or during inflow conditions shall be subject to additional repairs . The Contractor
shall be responsible for all additional repairs required on these unsatisfactory manholes during the
guarantee period.
All manhole rehabilitation work shall be warranted to be free of defects and of good workmanship
for a minimum of three (3) years from the date of final acceptance of the project. Any manhole
repairs completed by the Contractor which fail during the warranty period shall be repaired to the
satisfaction of the City at no additional cost to the City.
B. MATERIALS -Not specified .
C . E XECUTION
Infiltration Testing~
All interior coated manholes and all partial replacement manholes shall be observed (tested) by the
Contractor in the presence of the Engineer for sources of infiltration . Observations will be made
during high groundwater conditions , wherever possible.
Manholes shall be tested after installation with all connections (existing and/or proposed) in place .
Drop-connections and gas sealing connections shall be installed prior to testing. The lines entering
the manhole shall be temporarily plugged with the plugs braced to prevent them from be ing drawn
into the manhole. The plugs shall be installed in the lines beyond drop-connections, gas sealing
connections , etc. The test head shall be placed inside the frame at the top of the manhole (so that
the manhole frame seal is tested) and inflated in accordance w ith the manufacturer's
recommendations. A vacuum of 10 inches of mercury shall be drawn , and the vacuum pump will be
turned off. With the valve closed , the level of vacuum shall be read after the required test time. If
the drop in the level is less than 1-inch of mercury (final vacuum greater than 9-inches of mercury),
the manhole will have passed the vacuum test. After a successful test, the temporary plugs will be
removed. The required test time is determined from Table I.
Table I
MINIMUM TIME REQUIRED FOR A VACUUM DROP
10/23/08 ASC-23
PART DA -ADDITIONAL SPECIAL CONDITIONS
OF 1" H9 (10"H9 -9"H9 ). {SEC)
DEPTH OF M.H.
{FT.}
8
10
12
14
16.
18
**
48-lnch Dia.
Manhole
20 sec.
25 sec.
30 sec.
35 sec.
40 sec.
45 s.ec.
T=5 sec.
60-lnch Dia.
Manhole
26 sec.
33 sec.
39 sec.
45 sec.
52 sec.
59 sec.
T=6.5 sec.
72-lnch Dia.
Manhole
33sec.
41 sec.
49sec.
57 sec.
67 sec.
73 sec.
T=8 sec.
**For all Manholes over 18 feet in depth, add "T" seconds as shown for each respective diameter
for each two feet of additional depth of manhole to the time shown for that 18 foot depth. [Example:
A 30 (thirty) foot deep, 48 (forty-eight) inch Manhole Total Test Time would be 75.0 seconds.
45.0+6(5.0)=75.0 seconds] (Values listed above are extrapolated from ASTM C924-85).
Manhole vacuum levels observed to drop greater than 1-inch of mercury (Frnal vacuum less than 9-
inches of mercury) will have failed the test and will require additional rehabilitation. The Contractor
shall make the necessary repairs to the already completed rehabilitation work at no additional
compensation . If the failure of the vacuum test is determined to be due to preexisting conditions not
on the manhole rehabilitation schedule for that manhole, this additional work may be authorized by
the Owner's Representative. After completion of the additional rehabilitation the manhole shall then
be re-tested as described above until a successful test is made. Only one payment for manhole
vacuum testing will be made on each manhole.
Vacuum testing is requ ired on all manholes having interior rehabilitation.
Inflow Testing :
All partially rehabilitated manholes shall be dyed water tested unless the manhole has successfully
passed the vacuum test. Manholes shall be dyed water tested in the presence of the Engineer.
The dye test shall consist of applying a concentrated dye solution around the manhole frame. Dyed
water shall be applied for at least ten minutes.
Manholes observed to be actively leaking greate.r than one drip per five seconds will have failed the
test and will not be acceptable. Manholes failing the test will require additional rehabilitation by the
Contractor at no additional compensation.
Other Testing:
One (1) rehabilitated manhole will be randomly selected for further testing. A laboratory selected by
the City will take core samples of wall sections of manholes with wall coatings. Testing of the core
samples will be done to evaluate material thickness, compre.ssive strength, flexural strength and
slant shear bond strength. The following are the minimum required strengths for cementitious and
non-cementitious wall coatings:
Compressive Strength. Compressive strength shall conform to ASTM C 495 and C 109 and shall
meet or exceed a minimum 28-day break of 4 ,000 psi.
10/23/08 ASC-24
PART DA -ADDITIONAL SPECIAL CONDITIONS
Flexural Strength. Flexural strength shall conform to ASTM C 348 and shall meet or exceed a
minimum 28-day break of 1,200 psi.
Slant Shear Bond Strength. Slant shear bond strength shall conform to ASTM 882 modified and
shall meet or exceed a minimum 28-day break of2,400 psi.
If the. manhole tested fails to pass any of these requirements, another manhole shall be selected and
tested. If the second manhole fails, the City may, at its option, stop work until the Contractor can
provide assurance that testing requirements can be met.
Guarantee :
Contractor shall warrant that the workmanship and materials are free from defects and that the
manholes are sealed from inflow and infiltration for a period of three (3) years from the date of final
acceptance of the project.
. D. MEASUREMENT AND PAYMENT
Payment for manhole vacuum testing shall be made at the Contract Unit Price bid for each Manhole
Vacuum Test actually performed and passed and the appearance. of the completed manhole is
visually acceptable. Payment shall be full compensation for all labor and materials nece.ssary to
complete each test. No payment will be made for additional vacuum tests or any dyed water
testing.
Payment for manhole core testing, including all labor and materials necessary to complete each
test, shall be made at the Contract Unit Price bid for each Manhole Core Test actually performed
and passed.
DA-22 FIBERGLASS MANHOLES (OMIT)
DA-23 LOCATION AND EXPOSURE OF MANHOLES AND WATER VALVES
The contractor shall be responsible for locating and marking all previously exposed manholes and
water valves in each street of this contract before the resurfacing process commences for a
particular street.
The contractor shall attempt ta include the Construction Engineer (if he is available} in the
observation and marking activity. In any event a street shall be completely marked a minimum of
two (2) working days before resurfacing begins on any street. Marking the curbs with paint is a
recommended procedure.
It shall be the contractors responsibility to notify the utility companies that he has commenced
work on the project. As the resurfacing is completed (within same day) the contractor shall locate
the covered manholes and valves and expose them for later adjustment. Upon completion of a
street the contractor shall notify the utilities of this completion and indicate the start of the next
one in order for the utilities to adjust facilities accordingly. The following are utility contact
persons:
Company Telephone Number
10/23/08 ASC-25
PART DA -ADDITIONAL SPECIAL CONDITIONS
Fort Worth Water Dept.
ATMOS Gas
TXU Electric
SWBT
Charter Communications
Fort Worth Transportation and Public Works
For other facilities
817-392-8296
1-866-332-8667
1-800-242-9113
1-800-395-0440
817 -246-5538
817-392-6594
1-800-DI G-TESS
Of course, under the terms of this contract , the. contractor shall complete adjustme.nt of the storm
drain and Water Department facilities, one traffic lane at a time w ithin five (5) working days after
completing the laying of proposed H.M.A.C. overlay adjacent to sa id facil ities .
Any deviation from the above procedure and allotted working days may result in the shut down of
the resurfacing operation by the Construction Engineer.
The contractor shall be responsible for all materials, equipment and labor to perform a most
accurate job and all costs to the contractor shall be figured subsidiary to this contract.
DA-24 REPLACEMENT OF CONCRETE CURB AND GUTTER
These provisions require the contractor to remove all failed existing curb and gutter, as
designated by the Construction Engineer, and replace with standard concrete curb and gutter,
laydown curb and gutter, or in like kind, as governed by the standard City Specifications, Item No .
104 "Removing Old Concrete ", Item No. 502 "Concrete Curb and Gutter", and Drawing Nos. S-S2
through S-S4. Pay limits for laydown curb and gutter are shown in Drawing No. S-S5 of the
Standard Specifications. Contractor shall saw cut the curb and gutter and pavement prior to
removal. Included, an d figured subsidiary to this unit price , will be the required sawcut excavation,
as per specification Item No . 106 "Unclass ified Street Excavation ", into the street to aid in the
construction of the curb and gutter. The pay limit will be 9" out from the gutter lip , with same day
haul-off of the removed material to a suitable dump site. The street void shall be filled with
H.M .A.C . "Type D" mix as per specification No. 300 "Asphalts, Oils and Emulsions ", Item No. 304
"Prime Coat" and Item No. 31.2 "Hot Mix Asphaltic Concrete " and compacted to standard City
densities and top soil as per specification item No. 116 "Top Soil ", if needed , shall be adde.d and
leveled to grade beh ind the curb. Existing improvements with in the parkway such as water
meters , sprinkler system, etc. damaged during construction shall be replaced with same or better
at no cost to the City.
Backfill for curQ and g utter shall be completed within fourteen (14) calendar days from the day of
demolition to date of completion . If the contractor fails to complete the work within fourteen (14)
calendar days, a $100 dollar liquidated damage will be assessed per block per day.
The unit price bid per linear foot shall be full compensation for all materials , labor, equipment and
incidentals necessary to complete the work .
DA-25 REPLACEMENT OF 6" CONCRETE DRIVEWAYS
10/23/08 ASC-26
PART DA -ADDITIONAL SPECIAL CONDITIONS
This item shall include the removal and replacement of existing concrete driveways , due to
deterioration or in situations where curb and gutter is replaced to adjust grades to eliminate
ponding water with same day haul-off of the removed material to a suitable dump site. For
spe.cificatlons governing th is item see Item No . 104 "Removing Old Concrete", Item No. 504"
Concrete S idewalk and Driveways". Pay limits for concrete driveway are as shown in Drawing No.
S-S5 of the Standard Specifications.
The unlt price bid per square yard shall be full compensation for all labor, material , equipment,
supplies, and inci.dental.s necessary to complete the work.
DA-26 REPLACEMENT OF H.M.AC. PAVEMENT AND BASE
The contractor shall remove all existing deformed H.M.A.C. pavement and/or bad base material
that shows surface deterioration and/or complete failure. The Engineer will identify these areas
upon which time the contractor will begin work. The failed area shall be saw cut, or other similar
means, out of the existing pavement in square or rectangular fashlon . The side faces shall be cut
vertically and all failed and loose material excavated. As a part of the excavation process, all
unsatisfactory base material shall be removed, if required, to a depth sufficient ta obtain stable
sub-base. The total depth of excavation could range from a couple of inches to include the
surface-base-some sub-base removal for which the Engineer will select the necessary depth. The
remaining good material shall be leveled and uniformly made ready to accept the fill material. All
excavated material shal.1 be hauled off site, the same day as excavated , to a suitable dump site .
After satisfactory completion of removal as outlined above, the contractor shall place the
permanent pavement patch, with "Type D" surface mix. This item will always be used even if no
base improvements are required. The proposed H.M.A.C. repair shall match the existing
pavement section or the depth of the failed material, whichever is greater. However, the patch
thickness shall be a minimum of 2 inches. Generally the existing H.M.A.C. pavement thickness
will not exceed 6". Before the patch layers are applied, any loose material, mud and/or water shall
be removed . A liquid asphalt tack coat shall be applied to all exposed surfaces. Placement of the
surface mix llfts. shall not exceed 3 inches with vibrator compactions ta fallow each lift.
Compactions of the mix shall be to standard densities of the City of Fort Worth, made in
preparation to accept the re.cycling process.
All applicable provisions of Standard Specification Item Nos. 300 "Asphalts, Oils, and Emulsions",
304 "Prime Coat", and 312 "Hot-Mix Asphaltic Concrete" shall govern work.
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
DA-27 GRADED CRUSHED STONES
This item shall be used to repair the failed base material in areas exceed 8" deep as directed by
the Engineer. The material shall be graded crushed stones .
For specifications governing this item see Item No. 208 "Flexible Base".
The unit price bid per cubic yard shall be full compensation for all materials, labor, equipment and
incidentals necessary to complete the work.
10/23108 ASC-27
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-28 WEDGE MILLING 2" TO O" DEPTH 5.0' WIDE (OMIT)
DA-29 BUTT JOINTS -MILLED
A. Description:
This item requires the contractor to mill ''butt joints'' into the. existing surface, in association
with the wedge milling operation to the depth and at locations as described below. The
butt joint will provide a full width transition section, whereby the new overlay shall maintain
constant depth at the point the new overlay is terminated and the new surface elevation
matches the existing pavement. The construction activities, performance standards and
equipment needed for the butt joints milling operations shall be governed by the special
provisions of Pay Item No. 9 -Wedge Milling . The configuration of the butt joints is
described in more detail below. General details of butt joint locations -along with wedge
milling in general -are shown in plan form at the back of this, document.
B. Construction Details
Prior to the milling of the butt joints, the Contractor shall consult with the Construction
Engineer for proper location of these joints and verify that the selected limits of the
projects' stre.et are correct.
The general locations for butt joints are at all beginning and ending points of streets listed
in the project and as more graphically detailed at the back of this specification book. The
joints are also required on both sides of all railroad tracks. and concrete valley gutters,
bridge decks and culverts and all other items which transverse the street and end the
continuity of the asphalt surface .. Each butt joint shall be 20 feet long and milled out across
the full width of the street section to a tapered depth of 2". This milled area shall be
tapered within the 20 feet to a depth from O" to 2" at a line adjacent to the beginning and
ending points or intermediate transverse items. This butt joint -when overlayed -will
consist of a asphalt section that will transition the new overlay to match the existing
pavement elevation.
The contractor shall provide a temporary wedge of asphalt at all butt joints to provide a
smooth ride over the bump.
C. Measurement and Payment
Butt joints as prescribed above, will be measured by the unit of each butt joint milled . The
disposal of excess material involved will not be measured for payment.
Each butt joint-milled, measured as above, complete-in place-in accordance with these
specifications, will be paid for at the unit price shown in the proposal for ''Butt Joints". The
unit price bid per each shall be full compensation for all milling, including material haul-off,
tools, labor, equipment and incidentals necessary to complete the required work.
DA-30 2" H.M.A.C. SURFACE COURSE (TYPE "D" MIX)
10/23/08 ASC-28
PART DA -ADDITIONAL SPECIAL CONDITIONS
All applicable provisions of Standard Specifications, Item Nos. 312 "Hot-Mix Asphaltic Concrete",
300 "Asphalts, Oils and Emulsions", 304 "Prime Coat", and 313 "Central Plant Recycling-Asphalt
Concrete" shall apply to the construction methods far this portion of the project.
Standard Specification 312 .5 (1) shall be revised as follows: The prime coat, tack coat, or the
asphaltic mixture shall not be placed unless the air temperature is fifty (50) degrees Fahrenheit
and rising, the temperature being taken in the shade and away from artificial heat. Asphaltic
material shall also not be placed when the wind conditions are unsuitable in the opinion of the
Engineer.
The contractor shall furnish batch desig,n of the proposed hot mix asphaltic concrete for City
approval 48 hours prior to placing the H.M.A.C. overlay. The City will provide laboratory control as
necessary.
The unit price bid per square yard of H.M.A .C. complete and in place, shall be full compensation
for all labor, materials, equipment, tools, and incidentals necessary ta complete the work.
DA-31 REPLACEMENT OF 7" CONCRETE VALLEY GUTTER
This item shall include the removal and reconstruction of existing concrete valley gutters at
locations to be determined in field:
Removal of existing concrete valley , asphalt pavement, concrete base, curb and gutter, and
necessary excavation to install the. concrete valley gutters all shall be subsidiary to this pay item.
Furnishing and pladng of 2:27 concrete base and crushed limestone to a depth as directed by the
Engineer and necessary asphalt transitions as shown in the concrete valley gutter details, shall be
subsidiary to this Pay Item.
See standard specification Item No. 314, "Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete'', Item No. 104, "Removing Old Concrete", Item No. 106, "Unclassified Street
Excavation" Item No . 208 "Flexible Base ." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone at rio
additional cost. See Item 314" Concrete Pavement".
Asphalt base material may be required at times as directed by the Engineer to expedite the work
at locations identified in the field.
The. concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work on one-half of Valley Gutter at a time, and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days.
If the contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work. ·
10/23/08 ASC-29
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-32 NEW 7" CONCRETE VALLEY GUTTER
This item shall include the construction of concrete valley gutte.rs at various locations to be
determined in field.
Removal of existing, asphalt pavement, concrete base, curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item . Furnishing
and placing of 2:27 concrete base and crushed limestone to a depth as directed by the Engineer
and necessary asphalt transitions as shown in the concrete valley gutter details shall be
subsidiary to this Pay Item.
See standard specification Item No. 314", Concrete Pavement", Item 312 "Hot-Mix Asphaltic
Concrete'', Item No. 104, "Removing Old Concrete'', Item No. 106, "Unclassified Street
Excavation" Item No. 208 "Flexible Base ." Measurement for final quantities of valley gutter will be
by the square yard of concrete pavement and the curb and gutter section will be included.
Contractor may substitute 5" non-reinforced (2 :27) Concrete Base in lieu of Crushed Stone at no
additional cost. See Item 314" Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000 pounds per
square inch. Contractor shall work on one-half of Valley gutter at a time, and the other half shall
be open to traffic. Work shall be completed on each half within seven (7) calendar days.
If the Contractor fails to complete the work on each half within seven (7) calendar days, a $100
dollars liquidated damage will be assessed per each half of valley gutter per day.
The unit price bid per square yard for Concrete Valley as shown on the proposal will be full
compensation for materials, labor, equipment, tools and incidentals necessary to complete the
work.
DA-33 NEW 4" STANDARD WHEELCHAIR RAMP (OMIT)
DA-34 8" PAVEMENT PULVERIZATION
Contractor shall pulverize the existing paveme.nt to a depth of 8". After pulverization is completed,
contractor shall temporarily remove and store the 8" deep pulverized material, then cut the base
2" to provide place for the new 2" H.M.A.C. surface . The 2" base cut shall start at a depth of 8"
from the existing pulverized surface. After the undercut operation is completed, contractor shall
spread, mix, and compact the pulverized material to a 95% compaction per City's Standard
Specifications or as directed by the Engineer in the field . A 3.5% portland cement shall be used to
mix the pulverized material.
If the existing pavement has a combination of 10" H.M.A.C. and crushed stone/gravel, undercut
will not be required, the contractor will pulverize 10" inches, the 2 " inch cut will be taken from the
10" pulverized materia l. (see soi.I 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.
10/23/08 ASC-30
PART DA -ADDITIONAL SPECIAL CONDITIONS
After the pulverization mate.ria l is cured , the contractor shall overlay it with 2 " H.M .A.C. surface
within five (5) calendar days. If the contractor fails to begin the work with in five (5) calendar days ,
a $200 dollars liquidated damage will be assessed per block per day .
The unit price bid per sq . yd . shall be full compensation for all labor, material, equipment, tools ,
and incidentals necessary to pulverize , remove and store the pulverized material , undercut the
base , mixing , compaction , haul off, sweep , and dispose of the undercut material..
The 2 " H.M.A.C. surface w ill be pa id by separate item.
DA-35 REINFORCED CONCRETE PAVEMENT OR BASE (UTILITY CUT)
The following specifications are for the furnishing and placing of reinforced concrete pavement or
base as shown on detail and as directed by the Engineer.
A GENERAL :
Reinforced concrete pavement or base shall conform to Specification Item No . 314 herein except
for finishing and curing .
B.. FINISHING:
The reinforced concrete shall be brought to a uniform surface by working with a wooden float. The
surface shall be flush with the adjacent pavement and shall have a finish similar to the
surrounding pavement. The surface shall be even and shall provide a smooth ride .
C. CURING:
The reinforced concrete pavement surfaces shall be sprayed uniformly with a membrane curing
compound conforming to the requirements of ASTM C-309 , Type 2, white-pigmented
compound , which shall not produce permanent discoloration of the concrete . Concrete shall be
allowed to cure for seven days or test cylinders reach 3000 psi before removal of barricades.
D. EXECUTION:
Included in this item will be the removal of the existing reinforced concrete pavement. The
existing pavement shall be sawed so as to maintain an even , straight pavement cut. The
existing reinforcing steel at sawed line and construction joints shall be lapped 18 inches with the
new reinforced concrete pavement. The existing steel shall be thoroughly cleaned before
lapping .
The following work method will be performed on each utility cut:
1. Place safety signs, barricades and/or other warning devices where necessary and as
required .
2 . Replace pavement to nearest joint.
3. Mark out the damaged area with keel , chalk line or paint being sure to include all areas
requiring repair.
10/23/08 ASC-31
PART DA -ADDITIONAL SPECIAL CONDITIONS
4. Saw cut along marked lines a minimum of two (2) inches deep.
5. Remove existing concrete.
6. Form joints and place reinforcing steel and Dowel Bars (as required) according ta standard
specifications.
7. Place and finish concrete.
8. Clean up job site, removing all debris.
9. Maintain traffic control devices to protect the area until the concrete has cured seven days or
concrete reaches 3000 psi compressive strength .
E. PAYMENT:
Payment shall be made at the unit price per linear foot as shown on the proposal and shall be
full compensation for furnishing all labor, materials, equipment tool.s and incidentals necessary
to complete the work. ·
DA-36 RAISED PAVEMENT MARKERS (OMIT)
DA-37 POTENTIALLY PETROLEUM CONTAMINATED MATERIAL HANDLING (OMIT)
DA-38 LOADING, TRANSPORTATION, AND DISPOSAL OF CONTAMINATED SOIL (OMIT)
DA-39 ROCK RIPRAP -GROUT -FILTER FABRIC (OMIT)
DA-40 CONCRETE RIPRAP (OMIT)
DA-41 CONCRETE CYLINDER PIPE AND FITIINGS (OMIT)
DA-42 CONCRETE PIPE FITIINGS AND SPECIALS (OMIT)
DA-43 UNCLASSIFIED STREET EXCAVATION
This item will be used if additional excavation is needed that is not covered by "8" PAVEMENT
PULVERIZATION". Additional Excavation is the removal of the excessive crown and base. to bring
the new base to proper grade and City standard specifications for street reconstruction. All
applicable provisions of Item No. 106 "Unclassified Street Excavation" shall apply, work shall be
paid per cubic yard .
DA-44 6" PERFORATED PIPE SUBDRAIN (OMIT)
DA-45 REPLACEMENT OF 4" CONCRETE SIDEWALKS (OMIT)
10/23/08 ASC-32
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-46 RECOMMENDED SEQUENCE OF CONSTRUCTION (OMIT)
DA-47 PAVEMENT REPAIR IN PARKING AREA (OMIT)
DA-48 EASEMENTS AND PERMITS
Easements and permits, both temporary and permanent, have been secured for this project at
this time and made a part thereto. Any easements and/or permits, both temporary and
permanent, that have not been obtained by the time of publication shall be secured before
construction starts. No work is to be done in areas requiring easements and/or permits until the
necessary easements are obtained . The Contractor's attention is directed to the. easement
description and permit requirements , as contained herein , along with any special conditions that
may have been impose.d on these easements and permits .
Where the pipeline crosse.s privately owned property, the easements and construction areas are
shown on the plans. The easements shall be deaned up after use and restored to their original
conditions or better. In the event additional work room or access is required by the
Contractor, it shall be the Contractor's responsibility to obtain written permission from the
property owners involved for the use of additional property required. No additional payment
will be. allowed for this item .
DA-49 HIGHWAY REQUIREMENTS (OMIT)
DA-50 CONCRETE ENCASEMENT
Concrete encasement shall be Class E (1500 psi) concrete and for sewer line encasements shall
conform to Fig. 113; for water line encasements it shall conform to Fig. 20 of the General.Contract
Documents . Requirements for such encasement are specified in Se.ctions E1-20 and E2-20 of
the General Contract Documents.
Payment for work such as forming, placing, and finishing including all labor, tools , equipment and
material necessary to complete the work shall be included in the linear foot price. bid far Concrete
Encasement.
DA-51 CONNECTION TO EXISTING STRUCTURES
All connections between proposed and existing facilities, shall consist of a watertight seal.
Concrete used in the connection shalt be Class A (3000 psi} concrete and meet the requirements
of Section E1-20 and E2-20 of the General Contract Documents. Prior to concrete placement , a
gasket, RAM-Nek or approved equal shall be installed around penetrating pipe.
Payment for such work as connecting to existing facilities including all labor, tools, equipment ,
and material necessary to complete the work shall be included in the linear foot price of the
appropriate pipe BID ITEM.
DA-52 TURBO METER WITH VAULT AND BYPASS INSTALLATION (OMIT)
DA-53 OPEN FIRE LINE INSTALLATIONS (OMIT)
10/23/08 ASC-33
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-54 WATER SAMPLE STATION (OMIT)
DA-55 CURB ON CONCRETE PAVEMENT (OMIT)
DA-56 SHOP DRAWINGS
1. Submit seven (7) copies of shop drawings , layouts, manufacturer's data and material
schedules as may be required by the Engineer for his review. Submittals may be checked by and
stamped with the approval of the Contractor and identified as the Engineer may require . Such
review by the Engineer shall include checking for general conformance with the design concept of
the project and general compliance with information given in the General Contract Documents .
Indicated actions by the Engineer, which may result from his review, shall not constitute
concurrence with any deviation from the plans and specifications unless such deviations are
specifically identified by the method described below, and further shall not relieve the Contractor
of responsibility for errors or omissions in the submitted data. Processed shop drawing submittals
are not change orders. The purpose of submittals by the Contractor is to demonstrate that the
Contractor understands the design concept, and that he demonstrates his understanding by
indicating which equipment and materials he intends to furnish and install, and by detailing the
fabrication and installation methods he intends to use . If deviations, discrepancies or conflicts
betwe.en submittals and the design drawings and/or specffications are discovered, either prior to
or after submittals are processed, the design drawings and specifications shall govern. The
Contractor shall be responsible for dimensions which are to be confirmed and correlated at the
job site, fabrication processes and techniques of constriction, coordination of his work with that of
other trades and satisfactory performance his work . The Contractor shall check and verify all
measurements and review submittals prior to being submitted, and sign or initial a statement
included with the submittal, which signifies compliance with plans and specifications and
dimensions suitable for the application. Any deviation from the specified criteria shall be
expressly stated in writing in the submittal. Three (3) copies of the approved submittals shall be
retained by the Contractor until completion of the project and presented to the City in bound form.
2. Shop drawings shall be submitted for the following items prior to installation:
List the required submittals here
Additional shop drawing requirements are described in some of the material specifications.
3. Address for Submittals -The submittals shall be addressed to the Project Manager:
(Project Manager)
City of Fort Worth
1000 Throckmorton
Fort Worth, TX 76102
DA-57 COST BREAKDOWN
10/23/08 ASC-34
PART DA -ADDITIONAL SPECIAL CONDITIONS
In order to establish a bas is upon which partial payments to the Contractor may be authorized ,
immediately after execution of the contract the Contractor shall furnish a detai led cost breakdown
of his contract price arranged and itemized to meet the approval of the Engineer.
OA-58 STANDARD STREET SPECIFICATIONS H.M.A.C. OVERLAY
All work involving paving and/or drainage shall conform to the two following publ ished
specifications , except as modified herein:
STANDARD SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY
OF FORT WORTH
STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION NORTH CENTRAL
TEXAS
DA-59 H.M.A.C. MORE THAN 9 INCHES DEEP
When H.M.A.C. greater than 9 inches in depth is encountered , it shall be replaced with a
combination of H.M .A.C. and 2:27 concrete base , as determined by the Engineer , to achieve the
required thickness of pavement.
DA-60 ASPHALT DRIVEWAY REPAIR (OMIT)
DA-61 TOP SOIL (OMIT)
DA-62 WATER METER AND METER BOX RELOCATION AND ADJUSTMENT (OMIT)
DA-63 BID QUANTITIES
Bid quantities of the various items in the proposal are for comparison only and may not reflect the
actual quantities. There is no limit to which a bid item can be increased or decreased .
Contractor shall not be entitled to renegotiation of unit prices regardless of the final measure.d
quantities. Ta the extent that C4-4.3 conflicts with this prov ision , this provision controls . No claim
will be considered for lost or anticipated profits based upon differences in estimated quantities
versus actual quantities.
In particular, the Contractor shall be aware that it is the City's intention that the quantities in Unit I
be used on an "emergency " basis only.
Total quantities given in the bid proposal may not reflect actual quantitie.s; however, they are
given for the purpose. of bidding and awarding the c.antract. A contract in the amount of $200,000
(see Options ta Renew) shall be awarded with final payment based on actual measured quantities
and the unit price bid in this proposal. Moreover, there is to be not limit on the variation between
the estimated quantities shown and actual quantities performed .
It is understood and agreed that the scope of work contemplated in this contract is that which is
designated by the City bit will in not case exceed $200 ,000 (see Options to Renew) including all
change orders .
DA-64 WORK IN HIGHWAY RIGHT OF WAY (OMIT)
10/23 /08 ASC-35
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-65 CRUSHED LIMESTONE (FLEX-BASE)
Crushed li mestone required for use as a fle x ible base material shall conform to Specification Item
No. 208 of the Standard Specifications for Street and Storm Drain Construction for the City of Fort
Worth Transportatio n and Public Works Department.
DA-66 OPTION TO RENEW
The City has the right to renew this contract for three (3) one year terms/expenditures of $200,000
under the same terms , conditions , and un it prices. The City shall give at least sixty (60) days
notice prior to the expiration of one year from the date of execution of this contract or of an option
period or a like notice at such time as there is less than $20,000 left unexpended.
DA-67 NON-EXCLUSIVE CONTRACT
This contract is non-exclusive. During the term of this contract or any renewal hereof, the City
reserves the right to advertise and award another contract for like or similar work . If a second
contract is awarded , the City further reserves the right to issue work orders under either contract
as it deems in its best interest, without recourse.
DA-68 CONCRETE VALLEY GUITER
This item shall include the repair/replacement of existing concrete valley gutters as, directed by
the Engineer. The proposed valley gutters will be constructed accordingto the detail included in
these documents as well as conforming to Specification Item No. 314 of the Standard
Specifications for Street and Storm Drain Construction for the City of Fort Worth Transportation
and Publ _ic Works Department.
The unit price bid for this item shall be full compensation for all materials (including applicable
sub-base), labor, equipme.nt and incidentals necessary to complete the work .
DA-69 TRAFFIC BUTTONS (OMIT)
DA-70 PAVEMENT STRIPING (OMIT)
DA-71 H.M.A.C. TESTING PROCEDURES
The contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that will be
used for e.ach project. This should be submitted at the Pre-Construction Conference. This
design shall not be more than two (2} years old . Upon submittal of the. design mix a Marshal
(Proctor) will be calculated, if one has not been previously calculated , for the use during density
testing. For type "B" asphalt a maximum of 20% rap may be used . No Rap may be used in type
"D"
Upon approval of an asphalt mix desig_n and the calculation of the Marshal (proctor) the contractor
is approved for placement of the asphalt. The contractor shall co.ntact the City Laboratory ,
through the inspector, at least 24 hours in advance of the asphalt placement to schedul.e a
technician to assist in the monitoring of the number of passes by a roller to establish a rolling
pattern that will provide the required densities. The required Density for Type "B" and for Type
10/23/0 8 ASC-36
PART DA -ADDITIONAL SPECIAL CONDITIONS
"D" asphalt will be 91 % of the calcul.ated Marshal (proctor). A Troxler Thin Layer Gauge will be
used for all asphalt testing .
After a rolling pattern is established , densities should be taken at locations not mare than 300 feet
apart. The above re.quirement applies ta both Type "B" and "D" asphalt. Densities on type "B"
must be done before Type "D" asphalt is applied.
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt is
applied. Upon completion of the application of Type "D'' asphalt additional core.s must be taken ta
determine the applied thic.kne.ss .
DA-72 SPECIFICATION REFERENCES
When reference is made in these specifications to a particular ASTM , AWWA, ANSI or other
specification, it shall be understood that the latest revision of such specificat ion, prior to the date
of these general specifications or revisions thereof, shall apply.
DA-73 RELOCATION OF SPRINKLER SYSTEM BACK-FLOW PREVENTER/CONTROL
VAL VE AND BOX
The relocation and reconnection of sprinkler system control valve and box will be required as
shown on the plans, and/or as described in these Special Contract Documents in addition to
those located in the fie.Id and identified by the Engineer.
A minimum of twenty-four (24) hours advance notice shall be given when service interruption will
be required . When the relocation is required, separate payment will be allowed for the relocation
of sprinkler back-flow preventer or control valve and box. Payment for all work and material such
as back-fill , fittings, five (5) feet of PVC Schedule 40 and all material labor, and equipment used
by and for the licensed plumbe.r shall. be included in the price bid for the relocation of sprinkler
back-flow preventer or control valve and box . All other costs will be included in other appropriate
bid item(s).
DA-74 RESILIENT-SEATED GATE VALVES
Any resilient-seated gate valves supplied for this contract shall conform to Material Standard
E1-26, STANDARD SPECIFICATIONS FOR RESILIENT-SEATED GATE VALVES, with the
exception of size requirements in sections E-26.1 . All resilient-seated gate valves shall be
mechanical joints and be approved on the City of Fort Worth Standard Product List.
DA-75 EMERGENCY SITUATION, JOB MOVE-IN
The Owner or Engineer shall determine when an emergency situation shall exist. When water
emergency work is required , the Contractor shall mobilize to the said location within twenty-four
(24) hours after given notification from the Inspector and/or Project Manager. The Contractor shall
make all. necessary arrangements for bypass pumping, setting up barricades, notifying citizens,
etc., while waiting for other utiliti.es to be located as directed by the Engineer. The Contractor shall
work continuously until the emergency work order has been completed at a time agree.d to by the
Project Manager, Inspector, and Contractor. After the emergency work order has been completed,
there will be no additional "Jab Move-In " charges paid to remobilize back to the previous project
location site.
10/23/08 ASC-37
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-76 1 %" & 2" COPPER SERVICES
The fallowing is an addendum ta E 1-17 , Copper Water Service Lines and Copper Alloy
Couplings:
AU fittings used for 1 W' and 2" water services lines shall be compression fittings of the type
produced with an internal "gripper ring " as manufactured by the Ford Meter Box Co., Inc., Mueller
Company, or approved equal. Approved equal products shall submit shop drawings and
manufacturer's catalog information for approval.
Contractor shall make all cuts to the copper tubing with a copper tubing cutter tool specifically
designed for this purpose in order to provide a clean, square cut. The use of hacksaws or any
other type. of cutter will not be allowed.
Prior to installing the compression fittings, the copper tubing will be made round by the use of a
"rounding tube" specifically made for that purpose.
Payment for all work and materials associated with 1 Yi " and 2" copper services. shall be included
in the price of the appropriate bid item.
DA-77 SCOPE OF WORK (UTIL. CUT)
The work covered by these Specifications consists of the paving repair over utility cuts which
have been backfilled previously by the City Water Department , as indicated by the details and
possible adjacent areas damaged by blowout, etc . Included in this work will be the removal of the
existing material in order to insure a paving section in conformity with existing pavement or the
appropriate detail shown in this document as directe.d by the. engineer and all other miscellaneous
items of construction to be performed as outlined in the specifications , which are necessary to
satisfactorily complete the work.
Total quantities given in the bid proposal may not reflect actual quantities; however, they are
given for the purpose of bidding and awarding the contract. Final payme.nt will be based on actual
measure.d quantities and the unit price bid in this proposal.
There will not be a direct payment for saw cutting the existing asphalt or concrete, compacting the.
existing subgrade or removal of the existing material. These items will be considered as
subsidiary to the contract. The. contractor will be required to maintain a capping course of hot
mix-cold lay asphalt in areas where traffic has whipped out washed rock , until the paving repair
can be accomplished. These items will be considered as subsidiary to the contract.
The Inspector w ill pick up the repair tickets by 8:00 a.m. Monday through Thursday. The repair
tickets will be. issued to the contractor early the next day. Each repair ticket that is issued shall be
completed within twenty-one (21) calendar days. The twenty-one (21) calendar days for
completion of the job begins the day after the contractor receives the ticket. See special cond ition
TIME ALLOWED FOR UTILITY CUTS.
The Contractor shall identify to the Engineer possible locations for se.ttlement of repaired
pavement due to backfill of ditch by othe.rs. As directed by the Engineer, the Contractor shall
remove and replace existing backfill with washed rock.
10/23/08 ASC-38
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Water Department will estimate the necessary size of the pavement repair on each ticket.
Upon receipt of each ticket the Engineer shall determine, by measurement, the required size of
each repair. All repair sizes shall be approved by the Engineer prior to any repair work.
DA-78 CONTRACTOR'S RESPONSIBIL TY (UTIL. CUT)
Contractor covenants and agrees ta fully perform or cause to be performed , with good faith and
due diligence,, and in accordance with standards common to the industry and herein set forth in
these Contract Documents which is hereby incorporated and made a part of this contract,
pavement repair to be orde,red by the City at various times and to be performed at various places
by separate repair tickets. The City may designate pavement to be repaired by furnishing to the
Contractor a marked drawing, or street addresses contained in a written order or by marking in
the filed by paint or other means, or by any or all combinations of said methods of designation.
The. Contractor agrees that no work will be performed without written authorization from the
individual designated in writing by the Director of the Water Department.
DA-79 CONTRACT TIME (UTIL. CUT)
It is understood and agreed that the scope of work contemplated in th.is contract is that which is
designated by the City as the need arises. It is further agreed that the term of this contract is five
(5) months from the date of execution of contract work order and no orders will be accepted by
the Contractor after the contract has expired.
At the end of contract the Contractor will have twenty-one (21) additional calendar days to
complete work already ordered and fifteen additionat calendar days to bill said work for a total of
thirty-six days after contract termination ta complete and bill work authorized pursuant to this
contract.
DA-80 REQUIRED CREW PERSONNEL & EQUIPMENT (UTIL. CUT)
The Contractor shall be required to furnish sufficient personnel and equipment capable of
completely finishing an average of fifty (50) utility cut tickets with an aggregate average of 750
S.Y. of permanent pavement repair each week.
DA-81 TIME ALLOWED FOR UTILITY CUTS (UTIL. CUT)
The Contractor shall assist the Engineer in measuring each pavement repair before any work is
started.
A repair ticket will be issued for each utility cut after measurement and twenty-one (21) calendar
days beginning the day after the ticket is issued will. be allowed for final completion of each utility
cut. See also SCOPE OF WORK.
A calendar day is any day of the week or month, Sundays or legal holidays as defined on Page
C1-1 ( 4} Section C1-1.24 Calendar Days of Part C General Conditions .
DA-82 LIQUIDATED DAMAGES (UTIL. CUT)
10/23/08 ASC-39
PART DA -ADDITIONAL SPECIAL CONDITIONS
Failure to complete work on time: The Owner and the Contractor agree that it will be most difficult
or impossible to ascertain the amount of damages that will be sustained by the Owner if the
Contractor fails to complete the work in the allotted time, but they both agree that the Owner
would sustain substantial damages in such event. Accordingly, if the Contractor fails to complete
the contract in the calendar days specified, a time charge shall be made for each working day
thereafter, not as a penalty but as liquidated damages .
The contractor shall pay liquidated damages of twenty-five dollars ($25.00) per day per ticket for
each repair cut not completed within twenty-one (21} calendar days and liquidated damages shall
end on day that repairs are completed .
Should the amount otherwise due the Contractor be less than the amount of such ascertained
and liquidated damages, the Contractor and his surety shall be liable to the City of such delive.ry.
DA-83 PAVING REPAIR EDGES (UTIL. CUT)
All paving repair edges shall be undamaged neat lines (by sawing or equal) and shall be parallel
or perpendicular to the center line of the street.
DA-84 TRENCH BACKFILL (UTIL. CUT)
The Water Department shall place the pipe embedment and backfill with washed rock per the
following specification.
Washed Rock: All washed rock use.ct for embedment or as otherwise directed by the engineer
shal.1 be washed gravel or washed crushed stone or washed crushed gravel and shall meet the
following gradation and abrasion:
Sieve Size
1
3/8"
#4"
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles abrasion test: 50% Maximum wear per ASTM.
DA-85 CLEAN-UP (UTIL. CUT)
Final clean up work shall be done for this project as soon as the paving and curb and gutter has
been constructed. Contractor shall remove all excess cold mix, washed rock and debris from the
street in the area of the. repair. No more than seven days shall elapse after completion of
construction before the roadway and right-of-way is cleaned up to the satisfaction of the Engineer.
Refer also to Page C5-5 (8) Section CS-5 .17 Clean-Up of Part C General Conditions.
DA-86 PROPERTY ACCESS (UTIL. CUT)
10/23/08 ASC-40
PART DA -ADDITIONAL SPECIAL CONDITIONS
Access to adjacent property shall be maintained at all times unless otherwise directed by the
Engineer.
DA-87 SUBMISSION OF BIDS (UTIL. CUT)
The proposal sections of this special contract document is arranged to allow the Owner to make
payment based on si.ze. of repair. The Contractor is required to submit a bid on all proposals Unit
I, Unit II, Unit Ill and IV. Unit I wiU generally consist of small· patch, less than or equal to 200
square feet. Unit II will generally consist of medium patch, greater than 200 square feet and less
than or equal to 1000 square feet. Unit Ill will generally consist of large patch, greate,r than 1000
square feet. Unit IV will generally consist of items necessary for each size Utility Cut Repair.
The total low bidder, Units I, II, Ill and IV is the apparent successful bidder. If Contractor does not
bid all four Units of the proposal, the bid will be considered as "non-responsive'' and will be
rejected by the Wate.r Department.
DA-88 STANDARD BASE REPAIR FOR UNIT I (UTIL. CUT)
Regardless of the existing pavement type, base repair for Unit I shall be either min. 8" concrete
base (see D-23, 2:27 Concrete Base)ior min. 5" reinforced concrete base (see DA-35, Reinforced
Concrete Pavement or Base) as directed by the Engineer. Any deviation from standard repair
shall be approved by the Water Department.
DA-89 CONCRETE BASE REPAIR FOR UNIT 11 & UNIT Ill (UTIL. CUT)
When concrete base is required for repairs > 200 square feet in area, the base repair shall be
either min . 8" concrete base (see D-23, 2:27 concrete base) or as min. 5" reinforced concrete
base (see DA-35, Reinforced Concrete Pavement or Base) as directed by the Engineer. Any
deviation from standard repair shall be approved by the Water Department.
DA-90 2" TO 9" H.M.AC. PAVEMENT (UTIL. CUT)
These items will include the furnishing and placing of H.M .A .C . surface course as directed by the
Engineer.
For Specifications governing Type "D'' H.M.A.C. see the 1982 Texas State Department of
Highways and Public Transportation, Spec. Item No. 340 "Hot Mix Asphaltic Concrete Pavement".
H.M.A.C. is also covered under Spec. Item No . 312 in the Standard Specifications for
Construction, City of Fort Worth.
Subsidiary to the H.M.A.C. pavement shall be sawing, removal of asphaltic material. gravel and
excavation as shown on the details or as directed by the Engineer.
The removed surfacing shall be loaded into trucks upon removal and hauled away from the job
site as directed by the Engineer. In no case shall the removed surface be stockpiled on the job
site.
The following work method will be performed on each utility cut:
10/23/08 ASC-41
PART DA -ADDITIONAL SPECIAL CONDITIONS
1. Place safety signs, barricades and/or other warning devices where necessary and as required.
2. The existing asphalt pavement shall be saw cut into a square or rectangular shape and cut side
faces vertically. The sawed asphalt pavement shall be a minimum of 1' outside the utility cut
area.
3. Apply liquid asphalt tack to vertical faces and bottom of excavated area in a uniform manner.
Do not puddle tack coat on bottom of utility cut area. Do not apply tack coat to washed rock.
4. Place H.M.A.C. surface mix in lifts not to exce.ed three (3) inches . Last or top lift shall not be
less than two (2) inches in thickness.
5. Each lift shall be thoroug,hly compacted with a plate compactor or portable vibratory roller.
Fifteen to twenty passes will be nece.ssary with a vibratory roller and mix temperature above 250
F (121 C). to e.nsure a good compaction. Tap lift when compacted shall be approximately 1/8 inch
above surrounding pavement.
6. Apply liquid asphalt around edges of patch along cold joints.
7. Clean up surrounding area . Do not leave excess fill or excavated material on the pavement.
8. Remove safety signs, barricade and/or warning devices after job is complete .
Payment shall be made at the unit price per S.Y. as shown an the. proposal and shall be full
compensation for furnishing all labor, materials, equipment tools and incidentals necessary to
complete the work.
DA-91 ADJUST WATER VALVE BOXES, MANHOLES, AND VAULTS (UTIL. CUT)
Contractor will be responsible for adjusting water valve boxes, manholes and vaults to match new
pavement grade. The unit price bid will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the work.
DA-92 MAINTENANCE BOND (UTIL. CUT)
A maintenance bond in the amount of one hundred percent (100%) of the contract amount shall
be furnished for a period of two years from the date of final acceptance of the work will be
required on this project.
DA-93 BRICK PAVEMENT (UTIL. CUT)
This item shall include:
1. Removal and sa lvage of existing brick pavers for the purpose of relaying, in such a manner that
no damage occurs during handling of the brick .
2. Supply additional brick pavers as necessary that me.ets size, shape and color of existing brick,
. as approved by engineer.
3. Mortar bed shall be leveled to the desired elevation, as directed by Engineer and shall not be
disturbed in any way.
10/23/08 ASC-42
PART DA -ADDITIONAL SPECIAL CONDITIONS
The mortar setting bed shall consist of:
a. 1 part Portland cement -ASTM C150, Type 1
b. 1/4 part hydrated lime by volume -ASTM C207 , Type 5
c. 3 parts damp sand -ASTM C-144 (for high-bond mortar , gradation in accordance with additive
manufacturer's recommendation)
d. Add water to obtain stiff mix -water shall be potable quality
The dry joint filler shall consist of:
a . 1 part Portland cement -ASTM C150, Type 1
b. 6 parts dry sand -ASTM C-144
c. Do not add water
High bond mortar mix shall consist of:
a . 1 sack Portland cement -ASTM C150, Type 1
b . 50 pounds workability additive -"A" Marble Dust by Armco Steel Corp., Piqua Quarries, or Ute
Dolomite Limestone by U.S. Lime Division of Flintkote Corp., or Micro Fill No./2 by Pure Stone
Co ., of Marble Falls, Texas.
c. 3. 1/4 cubic feet of sand -ASTM C-144
d . 4 gallons of high bond additive -Sarabond Liquid Mortar Additive by the Dow Chemical Co.
e. Mix with water in accordance with High Bond Additive manufacturer's recommendations
Concrete surfaces to receive pavers shall be dry, clean fee of oily or waxy films and firm and
level. Pavers with chips, cracks, or voids shall not be used . The setting bed mixture shall be
spread and screeded to a true plane and shall be limited to that amount that can be covered with
pavers before initial set.
DA-94 LIME STABILIZED SUBGRADE (UTIL. CUT)
Upon the direction of the Engineer, the Contractor shall provide a lime stabilized Subgrade or
base in conformance with Specification Items 21 O and 212 of the City of Fort Worth's
Transportation and Public Works Department's Standard Specifications for Street and Storm
Drainage Construction. Unless otherwise directed by the Engineer , lime shall be applied at the
minimum rate of four pounds (4#) per square yard per inch
depth.
Payment shall be made by the square yard at the unit price bid for the quantity measured in place
and shall include all labor, equipment, material, and incidentals necessary to satisfactorily
complete the project. No payment shall be made for the hydrated lime as it shall be considered
subsidiary to the bid price for lime stabilization.
DA-95 CEMENT STABILIZED SUBGRADE (UTIL. CUT)
At the direction of the Engineer, the Contractor shall stabilize the subgrade or base material with
Portland Cement in conformance with Specification Item 214, Portland Cement Treatment, in the
Standard Specifications for Street and Storm Drain Construction of the City of Fort Worth, Texas
Transportation and Public Works Department. Unless directed otherwise by the Engineer,
Cement shall be applied at a minimum rate of five pounds (5#) per square yard per inch of depth .
10/23/08 ASC-43
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-96 REPAIR OF STORM DRAIN\ STRUCTURES (UTIL. CUT)
Th is pay item shall apply to all storm drain structures such as inlets, manholes, headwalls , or
other facilities which , in the opinion of the Engineer require repair.
The Contractor shall remove and replace the tops of existing drainage structures and a portion of
the walls of the structure as directed by the Engineer. The vertical reinforcing steel bars in the
walls shall be cleaned of any concrete or dirt and exposed a minimum of twelve (12) inches. New
steel shall be used in the reconstruction of the walls and top .
No payment shall be made for manhole frames , lids, steps and other miscellaneous items of
construction, as they shall be considered subsidiary ta the unit price bid for Repair of Storm Drain
Structures. Unless directed otherwise by the Engineer, the existing manhole frames , lids, and
other miscellaneous items may be reused .
Storm Drain Structure Repair shall be performed in conformance with specification Item 444,
"Manholes and Inlets", and Drawing No .. S-SD1 through S-SD20 of the City of Fort Worth
Transportation and Public Works Department's Standard Specifications for Street and Storm
Drain Construction and shall further apply to all storm drainage facilities of a similar design and
construction.
Payment for Repair of Storm Drain Structures shall be made by the cubic yard of concrete
requ ired to reconstruct the structures as well as all steel , etc . in conformance with the appropriate
drawings.
DA-97 "QUICK-SET" CONCRETE (UTIL. CUT)
In high traffic areas where the utility cut repair must be returned to service sooner than a normal
cure time will allow, the Contractor shall use concrete admixtures as outlined in Item 422,
"Concrete Admixtures" or ready made mixes such as "Rapid Set" concrete mix or approved equal.
Any and all materials used shall conform to the above mentioned Item 422.
Payment for quick set concrete shall be made. at the unit price bid per CY as shown on the
proposal and shall be full compensation far furnishing all labor, materials , equipment , tools, and
incidentals necessary to complete the work.
DA-98 UTILITY ADJUSTMENT (UTIL. CUT)
This item is included far the basic purpose of establishing a contract price which will be
comparable to the final cost of making necessary adjustments required due to utility cut repairs to
water, sanitary sewer, and natural gas service lines and appurtenances including irrigation lines
(sprinkle.r systems), etc. where such lines and appurtenances are the property owner's
responsibility to maintain. An arbitrary figure has been placed in the Proposal ; however, this doe.s
not guarantee any payment for utility adjustments, neither does it confine util ity adjustments to the
amount shown in the Proposal. It shall be the Contractor's responsibility to provide the services of
a licensed plumber to make the utility adjustments. determined necessary by the Engineer. No
payment will be made far utility adjustments except those adjustments determined ne.cessary 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
10/23/08 ASC-44
PART DA -ADDITIONAL SPECIAL CONDITIONS
adjustments shall be the actual cost of the adjustments plus ten percent (10%) to cover the cost
of bond and overhead incurred by the Contractor in handling the utility adjustments.
DA-99 STANDARD CONCRETE SIDEWALK AND WHEELCHAIR RAMPS (UTIL. CUT)
All appllcable provisions of Standard Specification Item 504 ''Concrete Sidewalks and Driveways"
shall apply.
The Contractor shall construct standard concrete sidewalk and wheelchair ramps as shown in the
details or as directed by the Engineer.
All concrete flared surfaces (wheelchair ramp wing or curb) shall be colored with LITHOCHROME
color hardener or equal. A brick red color, a dry-shake hardener manufactured by L.M. Sc-afield
Company or equal, shall be used in accordance with manufacturer's instructions.
Contractor shaU provide a colored sample concrete panel of one foot by one foot by three inches
dimension, or other dimensions approve.d by the Engineer, meeting the aforementioned
specification if needed. The sample, upon approval by the Engineer shall be the acceptable
standard to be applied for all wheelchair ramp construction. Surface coloring shall be subsidiary
to the unit price for this pay item .
The method of application shall be by screen , sifter, sieve or other means in order to provide for a
uniform color distribution.
DA-100 LIMITS OF CONCRETE PAVEMENT REPAIR (UTIL. CUT)
The following criteria will be used to determine the limits of concrete pavement repair for this
contract:
1. The minimum size of repair for concrete shall be 5'x 5'.
2. Whenever the limits of the repair are 8 feet or less from an adjacent joint of any type, the
replacement shall be extended to that joint.
3. Dummy joints shall be sawed across any panel where a construction joint intersects the panel
and a joint does not exist. All new joints (construction or dummy) shal.1 be parallel with existing
joints.
4. Depending on the existing longitudinal joint spacing and the limits of the damaged pavement,
the contractor may be required to extend the replacement to the halfway point of the panel. The
determination shall be made by the inspector on a case by case basis in order to assure uniform
joint spacing.
Payment for all concrete pavement repairs shall be made at the unit price bid per square yard as
shown in the proposal and shall be full compensation for furnishing all labor, materials,
equipment, tools, and incidentals necessary to complete the work. However, payment for
sawcutting dummy joints in adjacent panels shall be made under the appropriate bid item .
DA-101 CONCRETE CURB AND GUTTER (UTIL. CUT)
1012310a ASC-45
PART DA -ADDITIONAL SPECIAL CONDITIONS
This item shall apply far the placement of concrete curb and gutter on H.M.A.C. paved streets .
Specification item no. 502 of the City of Fort Worth Transportation and Public Works
Department's Standard Specifications for Street and Storm Drain Construction shall govern this
item.
DA-102 PAYMENT (UTIL. CUT)
Because of the unique nature of this contract , C8-8.5 PARTIAL ESTIMATES AND RETAINAGE
of the General Conditions shall not apply and shall be superseded by the following: (Please initial
below)
Wheneve.r the improvements prescribed by an individual Work Order have been completed, the
Contractor shall notify the Engineer. The Engineer or other appropriate official of the Owner will ,
within a reasonable time , perform the inspections. If such inspection reveals that the
improvements are in an acceptable condition and have been completed in accordance with the
terms of the Contract Documents and all approved modifications thereof, the Engineer will
recommend acceptance of the work under that particular Work Order and recommend payment
therefore .
If the Engineer finds that the work has not been completed as required, he shall so advise the
Contractor in writing, furnishing him an itemized list of all known items which have not been
completed or which a re not in an acceptable condition . When the Contractor has corrected all
such items , he shall again notify the Engineer that the improvements are ready for inspe.ction, and
the Engineer shall proceed as outlined above.
Whenever the improvements prescribed by the individual Work Order have been completed and
all requirements of the Contract Documents have been fulfilled on the part of the Contractor, an
estimate showing the value of the work will be prepared by the Engineer as soon as the
necessary measurements, computations, and checks can be made.
The amount of the estimate will be paid to the Contractor after acceptance by the Water
Department Director, provided the Contractor has furnished to the Owner satisfactory evidence of
payment as follows: Prior to submission of the estimate for payment, the Contractor shall execute
an affidavit, as furnished by the City, certifying that all persons, firms, associations , corporations,
or other organizations furnishing labor and/or materials under that Work Order have been paid in
full, that the wage scale, established by the City Council in the City of Fort Worth has been paid ,
and that there are no claims pending for personal injury and/or property damages.
The acceptance by the Contractor of the individual payment as aforesaid shall operate as and
shall release the Owner from all claims or liabilities under the Contract for anything done or
furnished or relating to the work under that Work Order or any act or neglect of said City relating
to or connected with the Contract.
The making of the payment by the Owner shall not relieve the Contractor of any guarantees or
other requirements of the Contract Documents which specifically continue thereafter.
Bidder's Initials ________ _
DA-103 DEHOLES (MISC. EXT.)
1012310a ASC-46
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Contractor excavates for existing water and/or sanitary sewer main as detailed by work order
together with a sketch . The location and dimensions shown on the plans relative to other existing
utilities are based on the best information available . Omission from , or the inclusion of utility
locations on the Plans. is not to be considered as the nonexistence of, or a definite location of,
existing underground utilities. It shall be the Contractor's responsib ility to verify locations of
adjacent and/or conflict ing utilities sufficiently in advance of construction in order that he may
negotiate such local adjustments as necessary in the dehole process to provide adequate
clearances. The Contractor shall take al.I necessary precautions in order to protect all services
encountered. Any damage to ut ilities resulting from the Contractor's operations, shall be restored
at his expense.
Payment for work such as backfill and all other associated appurtenants required, shall be
included in the price of the appropriate bid item.
DA-104 CONSTRUCTION LIMITATIONS (MISC. EXT .)
The Contractor shall have no more than three (3) locations under construction at any one time ,
unless approval by the Engineer has been granted in writing.
DA-105 PRESSURE CLEANING AND TESTING (MISC. EXT.)
Care shall be taken to keep all water extensions clean and free from foreign objects . Chlo.rinated
lime shall be placed in the first joint of pipe of the extension and upon completion of the pipe
laying , water shall be introduced slowly for sterilization , after which the extension shall be
thoroughly flushed with clean water. Risers shall be installed , as directed by the Engineer, for
flushing and for providing sample points for bacteria tests.
The water main extensions of the project shall be tested under normal line pressure and any
leaks observed shall be immediate.ly repaired .
DA-106 BID QUANTITIES (MISC. EXT.)
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 .
DA-107 LIFE OF CONTRACT (MISC. EXT.)
It is contemplated that Work Orders will be issued to the Contractor for work to be performed
under this Contract for not to exceed 365calendar days following the date of the Contract nor to
exceed the limit of the bid price , whichever should occur first. The Contractor shall be required to
complete any work covered by a Work Order issued prior to that date of termination but will not be
required to accept any work order for execution dated after that date of termination . If the cost of
the work performed under this Contract is less than the limit of the bid price at the end of the 365
calendar day period , at the City's option and the Contractor's concurrence, the Project may be
extended to the limit of the bid price .
10/23/08 ASC -47
PART DA -ADDITIONAL SPECIAL CONDITIONS
DA-108 FLOWABLE FILL (MISC. EXT.)
1. Description:
The flowable fill material shall be delivered to the site, free flowing and se.lf-lev.eling and shall have
a consistency enabling it to fill all voids without tamping, vibrating or compacting .
The flowable fill material shall have an in place density of not less than 95 and not more than 115
lbs./cu . ft., with a maximum twenty-eight (28) day compression strength of not less than 60 and
not more than 85 PSI allowing the material to be removed with hand tools such as picks and
shovels. The height of free fall of the flowable fill shall not exceed four (4) feet.
2. Material Specifications:
Flowable fill shall consist of:
a. An appropriate amount of Portland Cement meeting ASTM C-150 (with other additives as
necessary).
b. Aggregates meeting ASTM C-33
c . Sand or fine aggregates as per City of Ft. Worth Standard Specifications for Street and Storm
Drain Construction Item 406
d. Flyash, Class C or F, meeting ASTM C-618
e. Admixtures
1. Mineral admixtures will be pozzolanic
2. Chemical admixtures shall be in liquid or powder form used in standard ready-mix
concrete products unless specifically designed for flowable fill. Permissible types of
admixtures are:
a. High air generators, as manufactured by Grace Construction Products
or approved equal, which are specifically designed for flowable fill to
lower unit weights, reduce shrinkage and subsldence, and control
compressive strength.
b. Air entraining admixtures conforming to ASTM C-260.
c. High range water reducers conforming to ASTM C-494 Type F or G.
d. Accelerating admixtures conforming to ASTM C-494, Type C.
1. Non-chloride, non-corrosive accelerators used where metals
are present in concrete or embedded members.
2. Calcium chloride
DA-109 BRICK PAVEMENT REPAIR (MISC. REPL.) (OMIT)
DA-110 DETERMINATION AND INITIATION OF WORK (MISC. REPL.)
The Engineer shall determine and designate to the Contractor the location of the service main
requiring replacement by a Work Order together with a sketch for each such replacement, giving
the limits, size and nature of work required. The Engineer will notify the Contractor that a Work
Order is ready and fax the Contractor a copy of the Work Order notification. The Contractor is to
provlde his fax number to the Engineer at the pre-construction conference. Single or several Work
Orders may be issued at one time. The Contractor shall initiate work on a replacement within
seven (7) working days of the date the Work Order is faxed to the Contractor, and continue work
10/23/08 ASC-48
PART DA-ADDITIONAL SPECIAL CONDITIONS
on the Work Order until it has been completed, not including paving. The Contractor shall furnish
and supply sufficient equipment and personnel to complete the Work Order in the amount of time
provided for in the Work Order. Should the Contractor fail to start any Work Order within the time
specified , he shall add the necessary work crews and equipment to prosecute the work to
complete the Work Order or Work Orders in the time provided therefore.
DA-111 WORK ORDER COMPLETION TIME (MISC. REPL.)
Should the contractor fail to complete an individual work order in the given amount of calendar
days as, specified on each individual work order, liquidated damage charges as pre.scribed in Part
C -General Conditions C?-7 .10 Time of Completion will be subtracted from the final pay estimate
of that particular work order. The estimated amount for each particular work order will be used for
determining the amount of damages charged per calendar day of time exceeding the specified
amount.
The first two paragraphs of Part C -General Conditions C?-7.10 Time Of Completion shall be
replaced with the following:
The time of completion of each individual work order in an essential element of this contract.
Each work order issued will have the maximum allowed number of calendar days allowed for the
completion of that specific work.
The number of calendar days specified will be calculated as follows: The total estimated cost for
the spe.cific work order divided by 2000 (rounded up) + 1 O days = Number of Calendar Days
allowed for Construction of Individual Work Order.
DA-112 MOVE IN CHARGES (MISC. REPL.)
A Work Orde.r may contain one or more locations. One move-in fee will paid to the contractor per
Work Order issued. Locations for multiple sites per Work Order will be in the same general
vicinity, if possible, and if so, only one mobilization charge will be paid.
When water and sewer work are required only the water move in fee will be paid. At no time will
both fees be paid for one specific location .
DA-113 PROJECT SIGNS (MISC. REPL)
Project Signs are required at all locations which will be under construction for more than thirty (30)
calendar days as indicated in Part B Proposal. Project Signs shall be in accordance with Figure
30 (dated 9-18-96) of the General Contract Documents. The signs may be mounted on skids or
on posts. The exact locations and methods of mounting shall be approved by the engineer. Any
and all costs for the required materials, labor, and equipment necessary for the furnishing of
Project Signs shall be considered as a subsidiary cost of the project and no additional
compensation will be allowed .
DA-114 LIQUIDATED DAMAGES (MISC. REPL)
1012310s ASC-49
PART DA -ADDITIONAL SPECIAL CONDITIONS
The Contractor shall pay liquidated damages of one hundred dollars ($100.00) per day per Work
Order, for failure to begin a Work Order within the seven (7) working days of the date the Work
Order is faxed to the Contractor. Failure to complete project within the stipulated construction time
on the Work Order, the Contractor will pay liquidated damages in the amount stipulated in these
contract documents .
DA-115 TRENCH SAFETY SYSTEM DESIGN (MISC. REPL.)
Because of the un ique nature of this contract, the numbe.r of trench safety system de,signs
required is not known at the time bids are received. While the contractor is still bound by the
latest version of the U.S . Department of Labor, Occupational Safety and Health Administration
Standards, 29 CFR Part 1926, Subpart P-Excavations as detailed in D-26 Trench Safety System,
it is the City's intention that all costs incurred by the Contractor in acquiring trench safety designs
be included in the unit price bid for Job Move in. ·
DA-116 FIELD OFFICE
As specified in Part C, General Conditions CS-5 .6, the contractor shall provide a field office
exclusively for the City of Fort Worth Construction Manager and coordination meetings for the
following :
A. Temporary field office shall be established on the job site where approved or directed by the
Engineer, adequately furnished.
8. Contractor shall provide either a separate building or a partitioned-off space of at least 140 sq
ft of floor space with solid lockable door in Contractor's building for the exclusive use of the City of
Fort Worth Construction Manager throughout the period of construction. The temporary office
shall be weathertight, have a tight fl.oar at least 8-in off the ground and shall be insulated and
suitably ventilated. The office shall be provided with janitor service, heating and cooling
equipment, electrical wiring, outlets and fixtures suitable to light the tables and desk
adequately as directed. Provide separate toilet facilities in the field office.
C. Provide the following furniture and equipment in the Construction Manager's office:
1. One plan table , 3-ft by 5-ft and one stool
2. Desk about 3-ft by 5-ft with desk chair
3. Two additional chairs
4. Two-drawer, filing cabinet with lock
Field office shall also have available to the Construction Manager the following:
1. One conference table (6-ft).
2. Eight folding chairs .
3. First aid kit suitable for ten people with manual, Ame.rican White
Cross No. K10 or equal.
4. Duplicating machine, Xerox Model 10251 or equal.
D Contractor shall furnish temporary light and power, including wiring, lamps and similar
equipment as required to adequately light all work areas and with sufficient power capacity to
meet the reasonable needs of the Construction Manager. Contractor shall make all necessary
10/23/08 ASC-50
PART DA -ADDITIONAL SPECIAL CONDITIONS
arrangements with the local electric compan y for temporary electric service and pay all expenses
in connection therewith and pay all electrical bills .
DA-117 TRAFFIC CONTROL PLAN
Traffic control shall be in accordance with item 0-8 of the Special Conditions with the exception of
the Contractor providing the traffic control plan. A traffic control plan has been prepared and is
included in the project plans . All other requirements of 0-8 shall apply .
DA-118 COORDINATION OF WORK WITH CONTRACTOR FOR OTHER UNITS
The contractor shall coordinate his work with the work of other contractors on remaining units of
this project. The contract documents indicate the starting and stopping points for each of the
units of the project. The plans indicate "connecting to an existing pipeline " constructed by others
and end ing the line with the installation of a plug. If the start of the project cannot be connected to
the prev ious unit, the contractor will be.gin his line with a plugged section of pipe . If the pipeline is
constructed for the connecting unit the contractor shall connect his line with the adjoining unit in
lieu of installation of a plug. Contractor will be paid for "connection " to existing line or installation
of blind flanges based on the unit price bid for the. water or sewer main.
DA-119 CATHODIC PROTECTION SYSTEM (OMIT)
10/23/08 ASC -51
·,· .. ·.·.
,'/ .
SECTION E SPECIFICATIONS
JANUARY 1, 1978
All materials, construction methods and procedures used in this project shall conform to
Sections El, E2, and E2A of the Fort Worth Water Department General Contract Documents and
General Specifications, together with any additional material specification(s), construction(s) or
later revision(s). (See revisions listed on this sheet). Sections El, E2 and E2A of the Fort
Worth Water Department General Contract Documents and General Specifications are hereby made
a part of this contract document by reference for all purposes, the same as if copies verbatim
herein, and such Sections are filed and kept in the office of the City Secretary of the City of
Fort Worth as an official record of the City of Fort Worth.
INDEX
El MATERIAL SPECIFICATIONS
E2 CONSTRUCTION SPECIFICATIONS
E2A GENERAL DESIGN DETAILS
Revisions as of April 20 , 1981 , follow :
El-2.4 Backfill: (Correct minimum compaction requirement to 95% Procter density and correct P .I.
values as follows :)
c. Additional backfill requirements when approved for use in streets :
1 . Type B Backfill
( c) Maximum plastic index (PI) shall be 8
2 . Type C Backfill
(a) Material meeting requirements and having a PI of 8 or less shall be
considered as suitable for compaction by wetting
(b) Material, meeting requirement and having a PI of 9 or more
shall be considered for use only with mechanical compaction
E2-2.11 Trench Backfill: (Correct minimum compaction requirement wherever it appears, in this
section to 95% Procter density except for paragraph a.1. where the "95% modified Procter
density" shall remain unchanged).
EI00-4 WATERTIGHT MANHOLE INSERTS .
SECTION ElOO -MATERIAL SPECIFICATIONS
MATERIAL STANDARD El00-4
JANUARY 1, 1978 (ADDED 5/13 /90)
El 00-4 .1 GENERAL: This standard covers the furnishing and installation of watertight gasketed manhole
inserts in the . Fort Worth sanitary sewer collection system.
E 100-4 .2 MATERIALS AND DESIGN:
a. The manhole insert shall be of corrosion-proof high density polyethelene that meets
or exceeds the requirements of ASTM Dl248, Category 5, Type III .
b . The minimum thickness of the manhole insert shall be 1/8".
c. The manhole insert shall have a gasket that provides positive seal in wet or dry
conditions . The gasket shall be made of closed cell neoprenerubberandmeetthe
requirement of AS1M D 1056, or equal .
d. The manhole insert shall have a strap for remo ving the insert . The. strap shall be made of
minimum 1 wide woven polypropalene or nylon webbing, with the ends treated to prevent
unravelling. Stainless steel hardware shall be used to securely attach strap to the insert .
e. The manhole insert shall have one or more vent holes or valves to release gasses and
allow water inflow at a rate no greater than 10 gallons per 24 hours.
El00-4.3 INSTALLATION:
a. The manhole frame shall be cleaned of all dirt and debris before placing the manhole insert
on the rim.
b. The manhole insert shall be fully seated around the manhole frame rim to retard water from
seeping between the co v er and the manhole frame rim .
ElOO (1)
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
1. SCOPE OF WORK ................................................................................................... SP-4
2. AWARD OF CONTRACT ......................................................................................... SP-4
3. PRE CONSTRUCTION CONFERENCE .................................................................... SP-4
4. EXAMINATION OF SITE ......................................................................................... SP-4
5. BID SUBMITTAL ....................................................................................................... SP-4
6. WATER FOR CONSTRUCTION .............................................................................. SP-4
7. SANITARY FACILITIES FOR WORKERS ................................................................. SP-4
8. PAYMENT ................................................................................................................ SP-5
9. SUBSIDIARY WORK ................................................................................................ SP-5
10. LEGAL RELATIONS AND RESPONSIBILITIES
TO THE PUBLIC ....................................................................................................... SP-5
11. WAGE RATES ....... , ................................................................................................. SP-5
12. EXISTING UT ILITIES ............................................................................................... SP-6
13. PARKWAY CONSTRUCTION .................................................................................. SP-6
14. MATERIAL STORAGE ............................................................................................. SP-7
15 . PROTECTION OF EXISTING UTILITIES
AND IMPROVEMENTS ............................................................................................ SP-7
16. INCREASE OR DECREASE IN QUANTITIES .......................................................... SP-7
17. CONTRACTORS RESPONSIBILITY FOR DAMAGE CLAIMS ................................. SP-7
18. EQUAL EMPLOYMENT PROVISIONS ..................................................................... SP-8
19 . MINORITY AND WOMENS BUSINESS ENTERPRISE
(M/WBE) COMPLIANCE ........................................................................................... SP-8
20. FINAL CLEAN UP ................................................................................................... SP-10
21 . CONTRACTOR 'S COMPLIANCE WITH WORKER'S
COMPENSATION LAW .......................................................................................... SP-10
22 . · SUBSTITUTIONS ..................................................................................................... SP-13
23. MECHANICS AND MATERIALSMEN 'S LIEN ........................................................... SP-13
24 . WORK ORDER DELAY ........................................................................................... SP-13
25 . CALENDAR DAYS .................................................................................................. SP-13
26 . RIGHT TO ABANDON .............................................................................................. SP-13
27. CONSTRUCTION SPECIFICATIONS ...................................................................... SP-13
28. MAINTENANCE STATEMENT ................................................................................ SP-14
29. DELAYS ....................................................................................................... SP-14
30. DETOURS AND BARRICADES ............................................................................... SP-14
31. DISPOSAL OF SPOIL/FILL MATERIAL .................................................................. SP-14
32 . QUALITY CONTROL TESTING ............................................................................... SP-15
33. PROPERTY ACCESS ............................................................................................. SP-15
34 . SAFETY RESTR ICTIONS-WORK NEAR HIGH VOLTAGE LINES ...................... SP-15
35. WATER DEPARTMENT PRE-QUALIFICATIONS ................................................... SP-16
36 . RIGHT TO AUDIT .................................................................................................... SP-16
37. CONSTRUCTION STAKES ................................................... SP-17
38. LOCATION OF NEW WALKS AND DRIVEWAYS ................................................. SP-17
39. EARLY WARNING SYSTEM FOR CONSTRUCTION .............................................. SP-17
40 . AIR POLLUTION WATCH DAYS .............................................................................. SP-18
City of Fort W orth, T exas
Special Provis ion s For Street and Storm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-1 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
CONS TRUCTION ITEMS:
41. PAY ITEM -PAVEMENT-UNCLASSIFIED STREET EXCAVATION-REMOVE .... SP-19
42. PAY ITEM -PAVEMENT-NON GREEN CEMENT-INSTALL-(OMIT) ................... SP-19
43 . PAY ITEM-CURB -7 INCH -INSTALL-(OMIT} ...................................................... SP-19
44. PAY ITEM-RETAINING WALL -INSTALL (OMIT) ................................................. SP-19
45 . PAY ITEM -CURB -CURB AND GUTTER AS DIRECTED BY INSPECTOR -
REPLACE .................................................................................................. SP-19
46. PAY ITEM-PAVEMENT-TRANSITION-MIN 6 INCH HMAC ................................ SP-19
47 . PAY ITEM-PIPE -6 INCH SUB.DRAIN W/ GRAVEL AND FILTER FABRIC-
INSTALL (OMIT) ................................................................................................. SP-20
48. PAY ITEM-SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL ................................ SP-20
49. PAY ITEM-PAY ITEMS-SUBGRADE-8 INCH LIME STABILIZED-INSTALL and
SUB.GRADE -LIME FOR STABILIZATION -INSTALL .......................................... SP-20
50. PAY ITEM-PAVEMENT-6 INCH HMAC-INSTALL ............................................. SP-20
51. PAY ITEMS -WALK -INSTALL, CURB & GUTTER-INSTALL, WALK -ADA
WHEELCHAIR RAMP -INSTALL , AND DRIVEWAY-INSTALL-(OMIT) ........ ,. ...... SP-22
52 . PAY ITEMS-WALK-REMOVE, CURB & GUTTER -REMOVE , WALK-ADA
WHEELCHAIR RAMP -REMOVE , AND DRIVEWAY -REMOVE-(OMIT} ............... SP-22
53. PAY ITEMS-WALK-STEPS -REMOVE & WALK-STEPS -INSTALL-(OMIT) .... SP-22
54 . PAY ITEMS -FENCE -REMOVE and FENCE -INSTALL (OMIT) ......................... SP-22
55 . PAY ITEM-CURB & GUTTER-7 INCH W/ 18" GUTTER-INSTALL-(OMIT) ....... SP-22
56 . PAY ITEMS -MAILBOX -REMOVE and MAILBOX -INSTALL-(OMIT) ................. SP-22
57. PAY ITEM-FILL MATERIAL-BORROW-INSTALL ............................................. SP-22
58 . PAY ITEM-PAVEMENT-VALLEY GUTTER-INSTALL ....................................... SP-22
59. PAY ITEM-UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL .SP-23
60 . PAY ITEM-STORM WATER POLLUTION PREVENTION> Than 1 AC SWPPP -
INSTALL ................................................................................................... SP-23
61. PAY ITEM-TRAFFIC CONTROL -INSTALL ......................................................... SP-25
62. PRE BID ITEM-SIGN -PROJECT DESIGNATION -INSTALL .............................. SP-26
63. PRE B ID ITEM-UTILITY ADJUSTMENT-REPAIR ................................................ SP-27
64 . PRE BID ITEM-TOP SOIL -INSTALL-(OMIT) ........................................................ SP-27
65. PRE B ID ITEM-VALVE BOX-ADJUSTMENT-SERVICES ................................. SP-27
66 . PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES .................................... SP-27
67 . PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES-(OMIT) .................... SP-27
68. NON-PAY ITEM -PAVEMENT -SILICONE JOINT SEALANT -INSTALL .............. SP-27
69. NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT ..... SP-31
70 . NON-PAY ITEM -CLEARING AND GRUBBING ...................................................... SP-3.3
71. NON-PAY ITEM -SPRINKLING FOR DUST CONTROL .......................................... SP-33
72 . NON-PAY ITEM-PROTECTION OF TREES , PLANTS AND SOIL ......................... SP-33
73. NON-PAY ITEM-CONCRETE COLORED SURFACE ............................................ SP-33
74. NON-PAY ITEM-PROJECT CLEAN-UP ................................................................. SP-34
75 . NON-PAY ITEM -PROJECT SCHEDULE ................................................................ SP-34
City of Fort Worth, T exas
Special Pro vi sion s Fo r Street and Storm Drai n Im proveme nts
PMO Release Date : 07/28/2010
Pa ge SP-2 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Table of Contents
76 . SCHEDULE T IERS SPEC IAL INSTRUCTIONS ....................................................... SP-36
77 . NON-PAY ITEM-NOTIFICATION OF RESIDENTS ................................................ ,.SP-37
78 . NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING
CONSTRUCTION ..................................................................................................... SP-37
79 . NON-PAY ITEM-PRE-CONSTRUCTION NEIGHBORHOOD MEETING ................ SP-38
80 . NON-PAY ITEM -WASHED ROCK .......................................................................... SP-38
81 . NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE ......................... _. ............. SP-38
82 . NON PAY ITEM-LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES .................................................................................................... SP-38
83. NON PAY ITEM-TIE IN INTO STORM DRAIN STRUCTURE ................................ SP-39
84. NON PAY ITEM-SPRINKLER HEAD ADJUSTMENT ............................................ SP-39
85 : NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS ...... SP-39
86 . NON PAY ITEM-TEMPORARY EROSION , SEDIMENT AND WATER POLLUTION ·
CONTROL (FOR DISTURBED AREAS LESS THAN 1 ACRE) ................................ SP-39
Cityof Fort Worth , Texa s
Special Provisio ns For Street and Storm Drain Im provements
PMO Release Date : 07/28 /20 10
Page SP -3 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
FOR: MILAM STORM DRAIN IMPROVEMENTS
CITY PROJECT NO .: 00482
1. SCOPE OF WORK: The work covered by these plans and spec ifications consist of the
following : Installation of storm drain main lines , laterals, inlets , waterlines lowering ,
intersection improvements and pulverization/overlay of existing pavement 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
indiv iduals for each party , request for survey , and pay requests will be covered . Prior to
the meet ing , 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 t his 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 atten t ion
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 and acknowledgement of any addenda items , and bid bond). Failure to provide a
complete bid package may be grounds for designating bids as "non-responsive " and
reject ing · 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.
City of Fort Worth, T exas
Special Provisio ns For Street and Storm Drain Improvements
PMO Re lease Date : 07/28/2010
Page SP-4 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
7. SANITARY FACILITIES FOR WORKERS : The Contractor shall provide all necessary
conveniences for the use of workers at t he project site . Specific attention is directed to
this equipment.
8 . PAYMENT: The Contractor shall receive full payment from the City for all the work
based on unit prices bid on the proposa l and specified in the plans and specifications
and approved by the ENGINEER pe r 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 prov ided for in the Proposal , shall be considered as a subsidiary item of
work, the cost of which shall be included in the price bid in the Proposal for each bid
item , including but not limited to surface restoration cleanup and relocation of
mailboxes .
All objectionable matter required to be removed from within the right-of-way and not
particularly described under these . specifications shall be covered by Item No . 102
"Clearing and Grubbing " and shall be subsid iary 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
Responsib ilities 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 V iolation .
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 determ ination . Upon the City 's determination that there is
City of Fort W orth , Texas
Special Provisions For Street and Storm Drai n Improvements
PMO Release Date: 07 /28/2010
Page SP -5 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
good cause to believe the contractor or subcontractor has violated Chapter 2258 , the
City shall retain the full amounts cla i med by the claimant or cla imants 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 Arbitrat ion Act (Article 224 et seq.,
Revised Statutes) if the contractor or subcontractor and any affected worker do not
resolve the issue by agreement before the 15th day after the date the City makes its.
initial determination pursuant to paragraph (c) above. If the persons required to arbitrate
under this section do not agree on an arbitrator before the 11th day after the date that
arbitration is required , a district court shall appoint an arbitrator on the petition of any of
the persons . The City is not a party in the arbitration . The decision and award of the
arbitrator is final and binding on all parties and may be enforced in any court of
competent jurisdiction.
Records to be Maintained.
The contractor and each subcontractor shall , for a period of three (3) years following the
date of acceptance of the work, maintain records that show (i) the name and occupation
of each worker employed by the contractor in the construction of the work provided for
in this contract ; and (ii) the actual per diem wages paid to each worker. The records
shall be open at all reasonable hours for inspection by the City . The provisions of the
Audit section of these contract documents shall pertain to this inspection .
Pay Estimates.
With each partial payment estimate or payroll period , whichever is less, the contractor
shall submit an affidavit stating that the contractor has complied with the requirements
of Chapter 2258, Texas Government Code.
Posting of Wage Rates.
The contractor shall post the prevailing wage rates in a conspicuous place at the site of
the project at all times .
Subcontractor Compliance .
The contractor shall include in its subcontracts and/or shall otherwise require all of its
subcontractors to comply with paragraphs (a) through (g) above .
(Wage rates are attached at the end of this section.)
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 tie may negotiate such local adjustments as are
necessary in the construction process in order to provide adequate clearance. The
City of Fort Worth, T exas
Special Provisi ons For Street and Storm Drain Im prove ments
PMO Release Date : 07/28/201 0
Page SP-6 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Contractor shall take all necessary precautions in order to protect all services
encountered .
Any damage to utilities and any losses to the utility or City due to disruption of service
resulting from the Contractor's operations shall be at the Contractor's expense.
13 . PARKWAY CONSTRUCTION: During the construction of this project, it will be required
that all parkways be excavated and shaped at the same time the roadway is excavated,
unless otherwise shown on the plans. Excess excavation will be disposed of at
locations approved by the Director of the Transportation and Public Works Department.
14. MATERIAL STORAGE: Material shall · not be stored on private property unless the
Contractor has obtained permission in writing from the property owner and storage of
material on the private property complies with current City zoning requirements for the
use of property for storage purposes.
15. PROTECT ION OF EXISTING UTILITIES AND IMPROVEMENTS: The Contractor shall
take adequate measures to protect all existing structures, improvements and utilities,
which may be encountered.
The utility lines and conduits shown on the plans are for information only and are not
guaranteed by the City or the Design Consultant to be accurate as to extent, location
and depth, they are shown on the plans as the best information available at the time of
design , from the Owners of the utilities involved and from evidences found on the
ground.
16. INCREASE OR DECREASE IN QUANTITIES : The quantities shown in the Proposal are
approximate. It is the Contractor's sole responsibility to verify all the minor pay item
quantities prior to submitting a bid . No additional compensation shall be paid to
Contractor for errors in the quantities . Final payment will be based upon field
measurements . The City reserves the right to alter the quantities of the work to be
performed or to extend or shorten the improvements at any time when and as found to
be necessary, and the Contractor shall perform the work as altered , increased or
decreased at the unit prices as established in the contract documents . No allowance
will be made for any changes in anticipated profits or shall such changes be considered
as waiving or invalidating any conditions or provisions of the Contract Documents.
Variations in quantities of storm drain pipes in depth categories shall be interpreted
herein as applying to the overall quantities of storm drain pipe in each pipe size but not
to the various depth categories.
17. CONTRACTOR'S RESPONSIBILITY FOR DAMAGE CLAIMS: Contractor Covenants
and agrees to indemnify City 's Design Engineer and Architect, and their personnel at
the project site for Contractor's sole negligence . In addition, Contractor covenants and
agrees to indemnify, hold harmless and defend, at its own expense, the City, its officers,
servants and employees, from and against any and all claims or suits for property loss,
property damage, personal injury, including death, arising out of, or alleged to arise out
of, the work and services to be performed hereunder by Contractor, its officers, agents ,
employees, subcontractors, licensees or invitees, whether or not any such injury,
damage or death is caused, in whole or in part, by the negligence or alleged
Ci ty ofFort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07 /28 /2010
Pag e SP-7 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
negligence of City, its officers, servants, or employees. Contractor likewise
covenants and agrees to indemnify and hold harmless the City from and aga inst 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 perfo rmance of any of the terms and
cond itions of th is 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 o r 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.
18 . EQUAL EMPLOYMENT PROVISIONS: Contractor shall comply with City Ordinance
Number 7278 as amended by City Ordinance Number 7400 (Fort Worth City Code
Sections 13-A-21 through 12-A-29) prohibiting discrimination in employments pract ices .
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 Office r.
19. MINORITY AND WOMEN BUSINESS ENTERPRISE (M/WBE) COMPLIANCE : In
accordance with City of Fort Worth Ordinance No. 15530 , the City has goals for the
participation of minority business enterprises and women business enterprises in City
contracts . The Ordinance is incorporated in these specifications by reference. A copy
of the Ordinance may be obta ined from the Office of the City Secretary. Failure to
comply with the ord inance 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. Contracto r further agrees to permit an audit
and/or examination of any books , records or files in its possession t hat 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
comm ission of fraud will result in the Contractor be ing determined to be irresponsible
and barred from participating in City work for a period of time not less than three years.
City of Fort Worth, T exas
Special Provisions For Street and Sto rm Drain Improvements
PM O Release Date: 07/28/2010
Page SP-8 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
The City will consider the Contracto r'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 bffice .
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
partic ipation in the joint venture for a clearly defined port ion 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 Reg ional Certification Agency (NCTRCA) or Texas Department of Transportation
(TxDOT), Highway Division and must be located in the nine (9) county marketplace or
currently doing business in the marketplace at time of bid. The Contractor shall contact
all such M/WBE subcontractors or suppliers prior to listing them on the M/WBE
utilization or good faith effort forms as applicable . Failure to contact the listed M/WBE
subcontractor or supplier prior to bid opening may resul t 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 orig inal contract , the M/WBE coord inator shall determine the goals
applicable to the work to be performed under the change order.
During the term of the contract the contract shall :
1. Make no unjustified changes or deletions in its M/WBE participation
commitments submitted with or subsequent to the bid , and ,
2 . If substantial subcontracting and/or substantial supplier opportunities arise
during the term of the contract which the Contractor had represented he
would perform with his forces , the Contractor shall notify the City before
subcontracts or purchase orders are let, and shall be required to comply with
modifications to goals as determined by the City, and,
3. Submit a REQUEST FOR APPROVAL OF CHANGE FORM , if the Contractor
desires to change or delete any of the M/WBE subcontractors or suppliers .
Justification for change may be granted for the following :
a. Failure of Subcontractor to provide evidence of coverage by Worker's
Compensation Insurance .
b . Failure of Subcontractor to provide requ ired general liability of other
insurance.
City of Fort Worth, Texas
Special Provisio ns For Street and Sto rm Drain Improvements
PMO Relea se Date : 07/28/2010
Page SP-9 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
c. Failure of Subcontractor to execut e a standard subcontract form in
t he amount of the proposa l used by the Contractor in preparing his M/WBE
Participation plan .
d . Default by the M/WBE subcontractor or suppl ier in the performance of
the subcontractor.
With in 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 supp l ier used on the project , inclusive of M/WBEs .
20. FINAL CLEAN -UP: Final cleanup work shall be done for this project as soon as the
paving and curb and gutter has been completed. No more than seven days shall elapse
after completion of construction before the roadway and R.OW . is cleaned up to the
satisfaction of the ENGINEER. The Contractor shall make a final cleanup of all parts of
the work before acceptance by the City or its representative . This cleanup shall include
removal of all objectionable rocks , pieces of asphalt or concrete and other construction
materials, and in general restoring the worksite to an orderly appearance .
21. CONTRACTOR COMPLIANCE WITH WORKER'S COMPENSATION LAW:
A. Workers Compensation Insurance Cove rage
a . DEFINITIONS :
b. Certification of coverage ("Cert ificate"). 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 bee n completed and accepted by the
governmental entity.
Persons providing services on the project ("subcontractor" in §406.096)-includes all
persons or entities performing all or part of the services the Contractor has undertaken
to perform on the project , regardless of whether that person contracted directly with
the Contractor and regardless of whether that person has employees . This includes,
without lim itation , 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 , prov iding , 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 , wh ich meets the
City of Fo rt Worth, Texas
Special Provisions For Street and Stenn Drain Improvements
PMO Release Date : 07/28/2010
Page SP-10 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 certificat e of coverage to the governmental entity prior
to being awarded the contract.
d . If the coverage period shown on the Contractor's current cert ificate of coverage ends
during the duration of the project, the Contractor must , prior to the end of the coverage
period, file a new certificate of coverage with the governmental entity showing that
coverage has been extended.
e . The Contractor shall obtain from each person providing services on a project , and
provide to the governmental entity:
(1) a cert ificate 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 pe rsons providing services on the
project; and
(2) no later than seven days after receipt by the Contractor, a new
certificate of coverage showing extens ion 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 del ivery , within ten (10) days after the Contractor knew or should have known ,
or any change that materially affects the prov ision 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 , i nforming all persons providing
services on t he project that they are required to be covered , and stating how a person
may verify coverage and report lack of coverage .
i. The Con t ractor 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
City of Fort Worth, T exas
Speci al Provisions For Street and Storm Drai n Improvements
PMO Re lease Date : 07/28/2010
Page SP -11 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
provided for all employees of the person providing services on the
project , for the duration of the project ;
(3) provide the Contractor, prior to the end of the coverage period , a new
certificate of coverage showing extension of coverage, if the coverage
period shown on the current certificate of coverage ends during the
duration of the project ;
(4) obtain form each other person with whom it contracts , and provide to
the Contractor:
(a) a certificate of coverage , prior to the other person beginning
work on the project ; and
(b) a new certificate of coverage showing extension of coverage,
prior to the end of the coverage period, if the coverage period
shown on the current certificate of coverage ends during the
duration of the project ;
(c) retain all required cert ificates of coverage on file for the
duration of the project and for one year thereafter.
(d) notify the governmental entity in writing by certified mail or
personal delivery, within ten (10) days after the person knew
or should have known , of any change that materially affects
the provision of coverage of any person providing services on
the project ; and
( e) contractually require each person with whom it contracts, to
perform as required by paragraphs (1 )-(7), with the certificates
of coverage to be provided to the person for whom they are
providing serv ices .
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 decla re
the contract void if the Contractor does not remedy the breach within t en day
after receipt of notice of breach from the governmental entity.
CityofFort Worth , Texas
Special Provisions For Street and Storm Drain Improveme nts
PMO Release Date : 07 /28/2 010
Page SP -12 of 45
B.
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
T he 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 cove rage and report failure to
pro v ide 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 t ext 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 wo rds or changes :
"REQU IRED WORKER'S COMPENSATION COVERAGE "
The law requires that each person working on this site or providing services
related to this construction project must be covered by worker's
compensation insurance. This includes persons providing , hauling, or
delivering equ ipment or materials , or providing labor or transportation or other
serv ice related to the project , regardless of the identify of their employer or
status as an employee ."
Call the Texas Worker's Compensation Commission at 512-463-3642 to
receive information on the legal requirement for coverage , to verify whethe r
your employer has provided the required coverage , or to report an employer's
failure to provide coverage ".
22. SUBSTITUTIONS: The specifications for materials set out the minimum standard of
quality that the City bel ieves necessary to procure a satisfactory project. No
substitutions will be permitted until the Contractor has received written permission of the
ENGINEER to make a substitution for the material that has been specified. Where the
term "or equal ", or "or approved equal " is used , it is understood that if a material ,
product, or piece of equipment bearing the name so used is furnished, it will be
approvable , as the particular trade name was used fo r the purpose of establishing a
standard of quality acceptable to the City. If a product of any other name is proposed ,
the substitution must be approved by the City . Where the term "or equal ", or "approved
equal " is not used in the specifications , this does not necessarily exclude alternative
items or material or equipment which may accomplish the intended purpose. However,
the Contractor shall have the full responsibility of providing that the proposed
substitution is, in fact, equal, and the ENGINEER, as the representative of the City , shall
be the sole judge of the acceptability of substitutions . The provisions of the sub-section
as related to "substitutions" shall be applicable to all sections of these specifications .
23. MECHANICS AND MATERIALMEN 'S LIEN: The Contracto r shall be required to execute
a release of mechanics and materialmen 's liens upon receipt of payment.
24. WORK ORDER DELAY: All utilities and right-of-way are expected to be clear and
easements and/or permits obtained on this project within sixty (60) days of
advertisement of this project. The work order for subject project will not be issued until
all utilities , right-of-ways, easements and/or permits are cleared o r obtained . The
City of Fort Worth, Texas
Special Provi sions For Street and Stonn Drain Im prove ments
PMO Release Date : 07/28/2010
Page SP -13 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Contractor shall not hold the City of Fort Worth responsible for any delay i n issuing the
work order for this Contract.
25 . CALENDAR DAYS : The Contractor agrees to complete the Contract within the allotted
number of calendar days.
26 . RIGHT TO ABANDON : The C ity reserves the right to abandon , without obligation to the
Contractor, any part of the project or the entire project at any time before the Contractor
begins any construction work authorized by the City .
27 . CONSTRUCTION SPECIFICATIONS : This contract and project are governed by the two
following published specifications , except as modified by these Special Provisions :
STANDARD SPECIF/CATIONS FOR STREET AND STORM DRAIN CONSTRUCTION
CITY OF FORT WORTH
STANDARD SPECIF/CA TlONS 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 i n the call-out for the pay item by the ENGINEER. General Provisions
shall be those of the Fort Worth document rather than Division 1 of the North Central
Texas document.
28. MAINTENANCE STATEMENT: The Contractor shall be responsible for defects in this
project due to faulty materials and workmanship , or both , for a period of two (2) years
from date of final acceptance of this project and will be required to replace at his
expense any part or all of the project which becomes defective due to these causes.
29. DELAYS : The Contractor shall receive no compensation for delays or hindrances to the
work , except when direct and unavoidable extra cost to the Contractor is caused by the
failure of the City to provide information or material , if any , which is to be furnished by
the City . When such extra compensation is claimed a written statement thereof shall be
presented by the Contractor to the Director of the Transportation and Public Works
Department and if by him found correct shall be approved and referred by him to the
Council for final approval or disapproval; and the action thereon by the Council shall be
final and binding . If delay is caused by specific orders given by the ENGINEER to stop
work or by the performance of extra work or by the failure of the City to provide material
or necessary instructions for carrying on the work , then such delay w ill 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 obl igations
hereunder which shall remain in full force until the d ischarge of the contract.
30 . DETOURS AND BARRICADES : The Contractor shall prosecute his work in such a
manner as to create a minimum of interruption to traffic and pedestrian facilities and to
the flow of vehicular and pedestrian traffic within the project area . Contractor shall
protect construction as requ i red by ENGINEER by providing barricades.
City of Fort Worth, Texas
Special Provisio ns For Street and Storm Dra in Im provements
PMO Release Date : 07 /2 8/2010
Page SP-14 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Barricades , warning and detour signs shall conform to the Standard Specifications
"Barriers and Warning and /or Detour Signs ," Item 524 and /or as shown on the plans.
Constructio n signing and barricades shall conform with the latest version of the "Texas
Manual on Uniform Traffic Control Devices for Streets and Highways"
31. DISPOSAL OF SPOIL/FILL MATERIAL : Prior to the disposing of any spoil/fill material ,
the Contractor shall advise the Director of the Department of Transportation and Public
Works acting as the City of Fort Worth 's Flood Plain Admin istrator ("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 with in 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 . Approva l 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 fi ll within the flood pla in. Any expenses associated with obtaining the fill
permit, inclu ding any necessary engineering studies , shall be at the Contractor's
expense. In t he event that the Contractor disposes of spoil/fill materials at a site without
a fill permit or a letter from t he 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 t he
Ordinance of t he City and this section . ·
32 . QUALITY CONTROL TESTING :
(a) The Contractor shall furnish , at its own expense , cert ifications 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 t he 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 Cont ractor and will be billed
at commercial rates as determined by the City . The fa ilure of the City to make any
tests of materials shall in no way relieve the Contractor of its responsibility to f urnish
materials and equipment conforming to the requirements of the contract.
City of Fort Worth , Texas
Specia l Provisio ns For Street a nd Storm Drai n Improvements
PMO Release Date : 07/28/2010
Page SP-15 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(d) Not less than 24 hours notice shall be provided to the City by the Contractor for
operations requ i ring 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 fil l material
delivered to the job site . The ticket shall specify the name of the pit supplying the fill
material.
33. PROPERTY ACCESS: Access to adjacent property shall be maintained at all times
unless otherwise directed by the ENGINEER.
34. SAFETY RESTRICTIONS-WORK NEAR HIGH VOLTAGE LINES :
The following procedures will be followed regarding the subject item on this contract:
{a) A warning sign not less than five inches by seven inches, painted yellow with black
letters that are legible at twelve feet shall be placed inside and outside vehicles such
as cranes , derricks , power shovels, drilling rigs , pile drivers, hoisting equipment or
similar apparatus. The warning sign shall read as follows :
"WARNING-UNLAWFUL TO OPERATE THIS EQUIPMENT WITHIN SIX FEET OF
HIGH VOLTAGE LINES ."
(b) Equipment that may be operated within ten feet of high voltage lines shall have an
insulating cage-type of guard about the boom or arm , except back hoes or dippers
and insulator links on the lift hood connections.
(c) When necessary to work within six feet of high voltage electric lines , notification
shall be g iven 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).
35. WATER DEPARTMENT PRE-QUALIFICATIONS: Any Contractor performing any work
on Fort Worth water or sanitary sewer facilit ies must be pre-qua lified with the Water
Department to perform such work in accordance with procedures described in the
current Fort Worth Water Department General Specifications which general
specifications shall govern performance of all such work.
36. RIGHT TO AUDIT :
City of Fort Worth, Texas
Special P rovis ion s For Street and Storm Drain Improvements
PMO Release Date : 07/28/20 10
Page SP -16 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(a) Contractor agrees that the City shall , unti l 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 S!,.lbcontract , have access to and the
right to examine and photocopy any directly pertinent books, documents , papers and
records of such subcontractor involving transactions to the subcontract and further ,
that City shall have access during normal working hours to all subcontractor facilities
and shall be provided adequate and appropriate work space in order to conduct
audits in compliance with the provisions of this article together with subsection (c )
hereof. C ity shall give subcontractor reasonable advance notice of intended audits.
(c) Contractor and subcontractor agree to photocopy such documents as may be
requested by the City . The City agrees to reimburse Contractor for the cost of
copies at t he rate published in the Texas Adm inistrative Code in effect as of the time
copying is performed.
37 . CONSTRUCTION STAKES:
The City , through its Surveyor or agent , will provide to the Contractor construction
stakes or other customary methods of markings as may be found consistent with
professional practice to establish line and grade for roadway and utility construction and
centerlines and benchmarks for bridgework. These stakes shall be set sufficiently in
advance to avoid delay whenever practical. One set of stakes shall be set for all utility
construction (water, sanitary sewer, drainage, etc.), one set of excavation/or stabilization
stakes , and one set of stakes for curb and gutter and /or paving. It shall be the sole
responsibility of the Contractor to preserve , maintain , trans f er, 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 tost, destroyed , or disturbed , that the proper prosecution and
control of the work contracted for in the Contract Documents cannot take place, then the
Contractor shall replace such stakes or markings as required . An individual registered
by the Texas Board of Professional Land Surveying as a Registered Professional Land
Surveyor shall replace these stakes , at the Contactor's expense. No claims for delay
due to a lack of replacement of construction stakes will be accepted, and time will
continue to be charged in accordance with the Contract Documents.
38. LOCATION OF NEW WALKS AND DRIVEWAYS :
The Contractor will make every effort to protect existing trees within the parkway , with
the approval of the ENGINEER, the Contractor may re-locate proposed new driveways
and walks around existing trees to minimize damage to trees.
City of Fort Worth , T exas
Special Provi sion s For Street and Storm Drain Improvements
PMO Release Date : 07/28/20 10
Page SP-17 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
39. EARLY WARNING SYSTEM FOR CONSTRUCTION : T ime 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 pe rcentage of time
charged to the contract. If the amount of work performed by the Contractor is less t han
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 ma iled t o 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 with in the contract time . In the event the Contractor
receives such a letter, the Contractor shall provide to the City an updated
schedule showing how the project will be completed within the contract time .
2. The Project Manager and the Directors of the Department of Transportation
and Public Works and the Water Department will be made aware of the
situation. If necessary, the City Manager's Office and the appropriate city
council members may also be informed .·
3. Any notice that may , in the City 's sole discretion , be required to be provided
to interested individuals will distributed by the Transportation and Public
Works Department's Public Information Officer.
4. Upon receipt of the Contractor's response , the appropriate City departments
and directors will be notified . The Transportation and Public Works
Department will , if necessary, then forward updated notices to the interested
individuals.
5. If the Contractor fails to provide an acceptable schedule or fails to perform
satisfactorily a second time prior to the completion of the contract , the
bonding company will be notified appropriately .
40 . AIR POLLUTION WATCH DAYS : The Contractor shall be required to observe the
following guidelines relating to working on City construction sites on days designated as
"AIR POLLUTION WATCH DAYS ". Typically, the OZONE SEASON , within the
Metroplex area , runs from May 1 through OCTOBER 31 , with 6 :00 a.m. -10:00 a.m .
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 awa re that such days have been
City of Fort Worth, T exas
Special Provisio ns For Street and Stenn Drain Improve ments
P MO Release Date : 07/28/2010
Page SP-18 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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.lil. -6:00 p .m., on a designated A ir Pollution Watch
Day, the cale ndar days allowed may be adjusted .
City of Fort Worth, Texas
Special Provisions For Street and Sto rm Drain Improvements
PMO Release Date : 07/28/2010
Page SP -19 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
CONSTRUCTION
41 . PAY ITEM -PAVEMENT -UNCLASSIFIED STREET EXCAVATION -REMOVE (BID-
00472):
See Standard Specifications Item No . 106 , "Unclass ified Street Excavation " for
specifications governing this item .
Removal of existing penetration or asphalt pavement shall be included in t his item.
Removal of existing conc rete pavement shall be included in this item .
Operations necessary to windrow existing grave l base in order to lower or raise
subgrade shall be considered as subsidiary to this item and no additional compensation
shall be given as such .
During the construction of this project , it is required. that all parkways be excavated and
shaped at the same time the roadway is excavated . Excess excavation will be disposed
of at locations approved by the ENGINEER.
The intention of the City is to pay only the plan quantity without measurement. Should
either contracting party be able to show an error in the quantities exceeding 10 percent,
then actual quantities will be paid for at the unit prices bid . The party requesting the
payment of actual rather than plan quantities is responsible for bearing any survey
and/or measurement costs necessary to verify the actual quantities.
42. PAY ITEM-PAVEMENT-NON GREEN CEMENT-INSTALL-(OMIT)
43 . PAY ITEM-CURB -7 INCH -INSTALL (BID-00843) (OMIT)
44. PAY ITEM-RETAINING WALL -INS.TALL (OMIT)
45 . PAY ITEM-CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR -REPLACE
{BID-00844):
This item is included for the purpose and removing and replacing existing curb and gutter in
transition areas as determined by the ENGINEER in t he field . The proposed curb and
gutter will be of the same dimensions as the existing c u rb and gutter to be removed .
Quantities for this pay item are approximate and are given only to establish a unit price for
the work
The price bid per linear foot for "CURB -CURB & GUTTER AS DIRECTED BY INSPECTOR
-REPLACE" as shown in the Proposal will be full payment for materials including all labor,
equipment, tools and incidentals necessary to complete the work.
46 . PAY ITEM-PAVEMENT-TRANSITION-MIN 6 INCH HMAC-INSTALL (BID-00471):
This item will consist of the furn ishing and placing an HMAC surface in transition areas
where indicated on the plans , as specified in these specifications and at other locations as
may be directed by the ENGINEER.
City of Fort Worth, T exas
Special Provisions For Street and Storm Dra in Improvements
PMO Release Date : 07/28 /2010
Page SP-20 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
This item shall be governed by all applicab le prov isions of Standard Specifications Item
312 .
The price bid per ton "PAVEMENT -TRANSITION -MIN 6 INCH HMAC -INSTALL" as
shown in the Proposal will be full payment for materials includ ing all labor, equipment , tools
and i ncidentals necessary to complete the work.
47 . PAY ITEM -PIPE -6 INCH SUBDRAIN W/ GRAVEL AND FILTER FABRIC -INSTALL
(OMIT)
48 . PAY ITEM-TRENCH SAFETY SYSTEM> 5 FOOT DEPTH -INSTALL (BID-00372):
Description : · This item will consist of the basic requirements which the Contractor must
comply with in order to provide for the safety and health of workers in a trench. The
Contractor shall develop , design and implement the trench excavation safety protection
system. The Contractor shall bear . the sole respons ibility for the adequacy of the trench
safety system an d providing "a safe place to work" for the workman.
The trench excavation safety protection system shall be used for all trench excavations
deeper than five (5) feet. The Excavating and . Trenching Operation Manual of the
Occupational Safety and Health Administration , U.S . Department of Labor, shall be the
minimum governing requirement of this item and is hereby made a · part of this specification.
The Contractor shall , in addition , comply with all other applicable Federal , State and local
rules , regu lations and ordinances .
Measurement and Payment: All methods used for trench excavation safety protection shall
be measured by the linear foot of trench and paid at the unit price in the Proposal, which
shall be total compensation for furnishing design , materia ls, tools, labor, equipment and
incidentals necessary, including removal of the system .
Trench depth for payment purposes for Trench Safety Systems is the .vertical depth as
measured from the top of the existing ground to the bottom of the pipe.
49 . PAY ITEMS -SUBGRADE -8 INCH LIME STABILIZED -INSTALL (BID -00486) and
SUBGRADE-LIME FOR STABILIZATION -INSTALL (BID-00496):
See Standard Specifications Item No. 210 , "Lime Treatment (Material Manipulation)" and
Specification Item No . 212 , "Hydrated Lime and Lime Slurry" for specifications governing
the items . Quant ities for these pay item are approximate and are given only to establish a
unit price for the work.
The price bid per square yard for "SUBGRADE -8 INCH LIME STABILIZED -INSTALL" as
shown in the Proposal will be full payment for all labor, equipment, tools and incidentals
necessary to complete the work. The price bid per ton for "SUBGRADE -LIME FOR
STABILIZATION -INSTALL" as shown in the Proposal will be full payment for materials
necessary to complete the work.
50 . PAY ITEM-PAVEMENT-6 INCH HMAC-INSTALL (BID-00451):
The base course shall be a 3" deep Type "B" course placed in one lift. The surface course
shall be a 3" deep Type "D" course placed i n one lift .
City of Fort Worth , Texas
Specia l Pro visions For Street and Stenn Drain Improvements
PMO Release Date : 07 /28/2010 ·
Page SP -21 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
All prov isions of Standard Specification No. 312 .7 'Construction Tolerance ' shall apply
except as mod ified herein :
1) After completion of each asphalt paving course , core tests will be made to determine
compliance with the contract specifications . The hot-mix asphaltic concrete pavement
will be core drilled by the City of Fort Worth . The th ickness of the asphaltic surface will
be determined by measurement cores taken at locations determined by the ENGINEER.
The thickness of individual cores will be determined by averaging at least three (3)
measurements . If the core measurements indicate a deficiency, the length of the area
of such deficient th ickness shall be determined by additional cores taken along the
length of the pavement in each direction until cores are obtained which are at least of
specified thickness. The width of such area sha ll not be less than Yi of the roadway
width .
2) When the thickness of the base course (as determined from core samples) is more than
15% deficient of the pla ri thickness , the Contractor shall remove and replace the
deficient area at his own expense. If the thickness is less than 15% deficient, the
Contractor shall make up the difference in the base thickness with surface course
material.
3) The surface course must be the plan thickness . This does not include surface course
material used to make up deficiencies in the base course as described in item 2).
4) The overall thickness of asphaltic concrete pavement must be a minimum of the plan
thickness . Deficient areas (as determined in item 1) found to be less than the plan
thickness will be removed and replaced at the Contractor's expense .
5) No additional payment over the contract price will be made for any hot-mix asphaltic
concrete course of a thickness exceeding that required by the plans and specifications .
6) HMAC Testing Procedure :
The Contractor is required to submit a Mix Design for both Type "B" and "D" asphalt that
will be used for each project. This should be submitted at the Pre-Construction
Conference . This design shall not be more than two (2) years old . Upon submittal of
the design mix a Marshal (Proctor) will be calculated , if one has not been previously
calculated, for the use during density testing . For type "B" asphalt a maximum of 20%
rap may be used. No Rap may be used in type "D"
Upon approval of an asphalt mix design and the calculat ion of the Marshal (proctor) the
Contractor is approved for placement of the asphalt. The Contractor shall contact the
City Laboratory , through the inspector, at least 24 hours in advance of the asphalt
placement to schedule a technician to assist in the monitoring of the number of passes
by a roller to establish a rolling pattern that will provide the required densities. The
required Density for Type "B " and for Type "D" asphalt will be 91 % of the calculated
Marshal (proctor). A Troxler Thin Layer Gauge will be used for all asphalt testing .
City of Fort Worth, Texas
Special Provisions For Street and Sto rm Drain Improvements
PMO Release Date: 07/28/2010
Page SP-22 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
After a rolling pattern is established , densities should be taken at locations not more
than 300 feet apart . The above requirement applies to both Type "B" and "D" asphalt.
Densities on type "B" must be done before Type "D" asphalt is applied .
Cores to determine thickness of Type "B" asphalt must be taken before Type "D" asphalt
is applied . Upon completion of the application of Type "D" asphalt additional cores must
be taken to determine the applied thickness .
51. PAY ITEMS -WALK -INSTALL {BID-00528), CURB & GUTIER -INSTALL {BID-
00423), WALK -ADA WHEELCHAIR RAMP -INSTALL (BID-01227), AND DRIVEWAY
-INSTALL (BID-00401 )-{OMIT)
52. PAY ITEMS -WALK -REMOVE {BID-00529), CURB & GUTIER -REMOVE {BID-
00424), WALK -ADA WHEELCHAIR RAMP -REMOVE (BID-00533), AND DRIVEWAY
-REMOVE {BID-00402)-(0MIT):
53. PAY ITEMS -WALK -STEPS -REMOVE {BID-00537) and WALK -STEPS -
INSTALL (BID-00536)-(0MIT):
54. PAY ITEMS~ FENCE -REMOVE and FENCE -INSTALL {OMIT)
55. PAY ITEM -CURB & GUTIER -7 INCH W/ 18" GUTTER -INSTALL {BID-00426)
{OMIT)
56 . PAY ITEMS -MAILBOX -REMOVE {BID-00408) and MAILBOX -INSTALL (BID-
00407)-(OMIT)
57. PAY ITEM-FILL MATERIAL -BORROW-INSTALL {00543):
The non-expansive earth fill should consist of soil materials with a liquid limit of 35 or less , a
plasticity index between 8 and 20, a minimum of 35 percent passing the No . 200 sieve, a
minimum of 85 percent passing the No . 4 sieve, and which are free of organics or other
deleterious materials. When compacted to the recommended moisture and density, the
material should have a maximum free swell value of 0.5 percent and a maximum hydraulic
conductivity (permeability) of 1 E-05 cm/sec, as determined by laboratory testing of
remolded specimens of the actual materials proposed for the non-expansive earth fill.
The price bid pe r cubic yard for "FILL MATERIAL -BORROW-INSTALL" as shown in the
Proposal will be full payment for materials necessary to complete the work for that item.
58. PAY ITEM-PAVEMENT -VALLEY GUTTER -INSTALL {BID-00473):
This item shall include the construction of concrete valley gutters at various locations to be
determined in field .
Removal of existing, asphalt pavement, concrete base , curb and gutter, and necessary
excavation to install the concrete valley gutters all shall be subsidiary to this pay item.
Furnishing and placing of 2:27 concrete base and crushed limestone to a depth as directed
by the ENGINEER and necessary asphalt transitions as shown in the concrete valley gutter
details shall be subsidiary to this Pay Item .
City of Fort Worth , Texas
Sp ecial Provi sions For Street and Stenn Drain Im provements
PMO Release Date: 07/28/2010
Pag e SP -23 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
See standard specification Item 314 "Concrete Pavement", 312 "Hot-Mix Asphaltic
Concrete", Item No . 104, "Removing Old Concrete", Item No . 106 , "Unclassified Street
Excavation" Item No . 208 "Flexible Base." Measurement for final quantities of valley gutter
will be by the square yard of concrete pavement and the curb and gutter section will be
included.
Contractor may substitute 5" non-reinforced (2:27) Concrete Base in lieu of Crushed Stone
at no additional cost. See Item 314" Concrete Pavement".
The concrete shall be designed to achieve a minimum compressive strength of 3000
pounds per square inch. Contractor shall work on one-half of Valley gutter at a time , and the
other half shall be open to traffic. Work shall be completed on each half within seven (7)
calendar days.
59. PAY ITEM -UNCLASSIFIED TRENCH EXCAVATION AND BACKFILL -INSTALL
(BID-00101 ):
· Work under this item includes all the proposed excavation and backfill in the project area
and the necessary fill area (if any). Payment will be made for the quantity of earth
excavated/backfilled from the trenc h in cubic yards . The placing of fill shall be subs idiary to
the trench excavation/backfill price . Excess material which is obtained from excavating the
trench may be used for fill placement subject to the provisions of Item 114 of the City of Fort
Worth Standard Specifications and approval of the ENGINEER.
All excavated material which is unacceptable as fill material shall become the property of
the Contractor to be hauled off the site and disposed of properly. Unacceptable material
shall be , but not limited to : rocks , concrete , asphalt , debris, etc. The cost for removal and
disposal of unacceptable material shall be subsidiary to the unit prices .
60. PAY ITEM -STORM WATER POLLUTION PREVENTION > Than 1 AC SWPPP -
INSTALL (BID-00100):
PERMIT : As defined by Texas Commission on Environmental Quality {TCEQ) regulations , a
Texas Pollutant Discharge Elimination System (TPDES) General Construction Permit is
required for all construction activities that result in the disturbance of one to five acres
(Small Construction 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 des igned 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 th is
project. Best Management Practices are construction management techn iques that , if
properly utilized , can minimize the need for physical controls and possible reduce costs .
The methods of control shall result in minimum sed i ment 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 s ign at the pre-construction meeting a TCEQ
Notice of Intent (NOi) f6rm prepared by the ENGINEER. It serves as a notification to the
City of Fort Worth , Texas
Special P rovisions For Street and Stomi Dra in Improvements
P MO Release Date : 07/28/2010
Page SP-24 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
TCEQ of construction activity as well as a commitment that the Contractor understands the
requirements of the permit for storm water discharges from construction activities and that
measures will be taken to implement and maintain storm water pollution prevention at the
site . The NOi shall be submitted to the TCEQ at least 48 hours prior to the Contractor
moving on site and shall include the required $325 application fee (if mailed) or $225 (if e-
filed).
The NOi shall be mailed to :
BY REGULAR U .S. MAIL
Texas Commission on Env ironmental Quality
Storm Water Processing Center (MC228)
P.O . Box 13087
Austin , TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Qual ity
Storm WaterProcessing Center (MC228)
12100 Park 35 Circle
Austin , TX 78753
NOTICE OF TERMINATION (NOT): For all sites that qualify as Large Construction Activity ,
the Contractor shall sign, prior to final payment , a TCEQ Notice of Termination (NOT) form
prepared by the ENGINEER. It serves as a notice that the site is no longer subject to the
requirement of the permit.
The NOT sho uld be mailed to:
BY REGULAR U.S . MAIL
Texas Comm ission on Environmental Quality
Storm Water Processing Center (MC228)
P.O. Box 13087
Austin , TX 78711-3087
BY OVERNIGHT/EXPRESS MAIL
Texas Commission on Environmental Qual ity
Storm Water Processing Center (MC228)
12100 Park 35 Circle
Austin , TX 78753
A copy of the NOi and NOT shall be sent to:
City of Fort Worth
Department of Environmental Management
1000 Throckmorton Street
Fort Worth , TX 76102
City of Fort W orth, Texas
Special Provisions Fo r Street and Storm Drain Improvements
PMO Release Date : 07 /28/2010
Page SP -25 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
STORM WATER POLLUTION PREVENTION PLAN (SWPPP): A document cons isting 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. The SWPPP may be obtained on-line by vis iting the City of Fort
Worth 's Purchas ing Division website at http :www.fortworthgov.org/purchasing/ and clicking
the project link. The selected Contractor shall be provided with three copies of the SWPPP
after award of contract , along with unbounded copies of all forms to be submitted to the
Texas Commission on Environmental Quality .
LARGE CONSTRUCTION ACTIVITY -DISTURBED AREA EQUAL TO OR GREATER
THAN 5 ACRES : A Notice of Intent (NOi) form shall be completed and submitted to the
TCEQ including payment of the TCEQ required fee . A SWPPP that meets all TCEQ
requirements prepared by the ENGINEER shall be prepared and implemented at least 48
hours before the commencement of construction activities. The SWPPP shall be
incorporated into in the contract documents . The Contractor shall submit a schedule for
implementation of the SWPPP. Deviations from the plan must be submitted to the
ENGINEER for approval. The SWPPP is not warranted to meet all the cond itions 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 perm itted 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 complet ed 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 cont inuous water po ll ution 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.
City of Fort Worth, T exas
Special Provisions Fo r Street and Storm Drain Improvements
PMO Re lease Date : 07/28 /2010
Page SP-26 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN . IMPROVEMENTS
61. PAY ITEM-TRAFFIC CONTROL -INSTALL (BID-00181 ):
The contractor wi ll 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 t his project consistent with
the provisions set forth in t he "Latest Edition Texas Manual on Uniform · Traffic Control
Devices for Streets and Highways" issued under the authority of the "State of Texas
Uniform Act Regulat ing Traffic on Highways ," codified as Art icle 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 (du ly 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 Contracto r's time will begin i n accordance with the timeframe mutually
established in the 'Notice to Proceed ' issued the Contractor.
The Contractor w ill 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 cont act 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 permanen t sign shall be left in place until
the temporary sign requirements are met. When construction work is completed to the
extent that the permanent sign can be reinstalled , the Contractor shall again contact the
Signs and Markings Division to reinstall the permanent sign and shall leave his temporary
sign in place until such reinstallation is completed .
Work shall not be performed on certain locations/streets during "peak traffic periods" as
determination by the City Traffic Engineer.
The lump su m pay item for traffic control shaU caver design , and I or installation and
maintenance of the t raffic control plans.
62 . PRE BID ITEM-SIGN-PROJECT DESIGNATION -INSTALL (BID-00504):
The Contractor shall construct and install two (2) Project Designation Signs and it will be the
responsibility of the Contractor to maintain the signs in a presentable condition at all times
on each project under construction. Maintenance will include painting and repairs as
directed by the ENGINEER.
It will be the responsibility of the Contractor to have the ind ividual project signs lettered and
painted in accordance with the enclosed deta il. 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
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07 /28 /2010
Page SP-2 7 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
barricades or as directed by the ENGINEER and in place at the project site upon
commencement of construction .
The work , which includes the painting of the signs , installing and removing the signs,
furnishing the materials , supports and connections to the support and maintenance shall be
to the satisfaction of the ENGINEER.
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
63. PRE BID ITEM-UTILITY ADJUSTMENT-REPAIR (BID-00414}:
This item is included for the basic purpose of 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 p roperty owne r'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'' responsib ility 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 adjustment s.
64 . PRE BID ITEM -TOP SOIL -INSTALL (BID-00147} (OMIT}:
65. PRE BID ITEM -VALVE BOX-ADJUSTMENT-SERVICES (BID-00847}:
Contractor will be responsible for adjusting water valve boxes to match new pavement
grade . The water valves themselves will be adjusted by City of Fort Worth Water
Department forces .
A unit price bid per each has been assigned to this item (see Proposal). The assigned unit
price will be full payment for materials including all labor, equipment, tools and incidentals
necessary to complete the work.
66. PRE BID ITEM -MANHOLE -ADJUSTMENT -SERVICES (BID-00849}:
This item shall include adjust ing the tops of existing and/or proposed manholes to match
proposed grade as shown on the plans or as directed by the ENGINEER. Standard
Specification Item No . 450 shall apply except as follows :
Included as part of this pay item shall be the application of a cold-applied preformed
flexible butyl rubber or plastic sealing compound for sealing interior and/or exterior joints
on concrete manhole sections as per current City Wat er Department Special Condit ions .
City of Fo rt Worth, Texas
Special Provisions For St reet and Storm Drain Improvements
PMO Re lease Date: 07 /28/2010
Page SP -28 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 com plete the work.
67. PRE BID ITEM -METER BOX -ADJUSTMENT -SERVICES (BID-00848) (OMIT):
68. NON PAY ITEM-PAVEMENT -SILICONE JOINT SEALANT
CITY OF FORT WORTH , TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
SPECIFICATION
for
SILICONE JOINT SEALING
(Revision 1, October 18 , 1989)
(Revision 2 , May 12 , 1994)
1. SCOPE
This specification for silicone joint sealing Portland Cement Concrete pavement and
curbs shall supersede Item 314 .2 . (11) "Joint Seal i ng Materials " of STANDARD
SPECIFICATIONS FOR STREET AND STORM DRAIN CONSTRUCTION -CITY OF
FORT WORTH , and Item 2 .210 "Joint Sealing " of STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION -NORTH TEXAS COUNCIL OF
GOVERNMENTS.
2 . MATERIALS
2 .1 The silicone joint sealant shall meet Federal Specification TT-S-001543A for
Class A sealant except as modified by t he test requirements of this
specification. Before the installation of the joint sealant , the Contractor shall
furnish the ENGINEER certification by an independent testing laboratory that
the silicone joint sealant meet these requirements.
2 .2 The manufacturer of the silicone joint sealant shall have a minimum two-year
demonstrated , documented successful field performance with Portland
Cement Concrete pavemen t silicone joint sealant systems. Verifiable
documentation shall be submitted to the ENG INEER. Acetic acid cure
sealants shall not be accepted. The silicone sealant shall be cold applied .
2.3 Self-Leveling Silicone Joint Sealant
The joint sealant shall be Dow Corning 890-SL self-leveling silicone joint
sealant as manufactured by Dow Corn ing Corporation , Midland , Ml 48686-
0994, or an approved equal.
Self-Leveling Silicone Jo int Sealant
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP -29 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
Test Method
AS SUPPLIED
****
MIL-S-8802
ASTM D 1475
****
****
****
AS CURED-
ASTM D 412 , Die
ASTM D 3583
(Sect. 14 Mod .)
ASTM C 719
ASTM D 3583
(Sect. 14 Mod .)
ASTM D 3583
(Sect. 14 Mod .)
Test
Non Volatile Content, % m in .
Extrusion Rate, grams/minute
Specific Gravity
Skin-Over Time , minutes max.
Cure Time , days
Full Adhesion, days
Mod . Elongation , % min .
Modulus@ 150% Elongation , psi max.
Movement, 10 cycles @ +100/-50%
Adhesion to Concrete , % Elongation min .
Adhesion to Asphalt, % Elongation min.
Requirement
96 to 99
275 to 550
1.206 to 1.340
60
14 to 21
14 to 21
1400
9
No Failure
600
600
2.4 The joint filler sop shall be of a closed cell expanded polyethylene foam backer rod
and polyethylene bond breaker tape of sufficient size to · provide a tight seal. The
back rod and breaker tape shall be installed in the saw-cut joint to prevent the joint
sealant from flowing to the bottom of the joint. The backer rod and breaker tape
shall be compatible with the silicone joint sealant and no bond or reaction shall
occur between them. Reference is made to the "Construction Detail" sheet for the
various joint details with their respective dimensions.
3 . TIME OF APPLICATION
On newly constructed Portland Cement Concrete pavement, the joints shall be
initially saw cut to the required depth with the proper joint spacing as shown on
the "Construction Detail " sheet or as directed by the ENGINEER w ithin 12 hours of
the pavement placement. (Note that for the "dummy" joints , the initial 1/4 inch
width "green" saw-cut and the "reservo ir" saw cut are identical and should be
part of the same saw cutting operation . Immediately after the saw cutti ng
pressure washing shall be applied to flush the concrete slurry from the freshly
saw cut joints.) The pavement shall be allowed to cure for a m inimum of seven
(7) days. Then the saw cuts for the joint sealant reservoir shall be made , the
joint cleaned , and the joint sealant installed. During the application of the joint
sealant, the weather shall not be inclement and the temperature shall be 40F (4C)
and rising.
4. EQUIPMENT
City of Fort Worth, T exas
Special Provisions·For Street and Storm Drai n Improvements
PM O Release Date: 07/28/2010
Page SP-30 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
4.1 All necessary equipment shall be furnished by the Contractor. The
Contract or
sh a ll keep his equipment in a satisfactory working condition and shall be
inspected by t he ENGINEER prior to the beginning of the work . The
minimum
requirements for construction equipment shall be as follows:
4 .2 Concrete Saw: The sawing equipment shall be adequate in size and power
to
on
complete the joint sawing to the required dimensions.
4 .3 High Pressure Water Pump : The high pressure cold water pumping system
shall be capable of delivering a sufficient pressure and volume of water to
thoroughly flush the concrete slurry from the saw-cut joint.
4.4 Air Compressors : The delivered compressed air shall have a pressure in
excessof 90 psi and 120 cfm . There shall be suitable reaps for the removal
of all free water and oil from the compressed air. The blow-tube shall fir in t o
t he saw-cut joint.
4.5 Extrusion Pump: The output shall be capable of s upplying a sufficient volume
of sealant to the joint.
4 .6 Injection Tool: This mechanical device shall apply the sealant uniformly into
t he joint.
4 . 7 · Sandblaster: The design shall be for commercial use with air compressors as
specified in Paragraph 5.4.
4.8 Backer Rod Roller and Tooling Instrument: These devices shall be clean and
free of contamination. They shall be compatible w ith the join depth and width
requirements .
5. CONSTRUCTION METHODS
5.1 General : The joint reservoir saw cutting , clean ing , bond breaker installation,
and joint sealant placement shall be performed in a continuous sequence of
operations
5 .2 Sawing Joints: The joints shall be saw-cut to the width and depth as shown
the "Construction Detail " sheet. The faces of the joints shall be uniform in
width and depth along the full length of the joint.
5 .3 Cleaning Joints : Immediately after sawing , the resulting concrete slurry shall
be completely removed from the joint and adjacent area by flushing with high
pressure water. The water flushing shall be done in one-direction to prevent
joint contamination.
C ity of Fort Worth, Texas
Special Provisio ns For Street and Storm Drain Improvements
PMO Rele ase Date : 07/28/201 0
Page SP -31 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
When the Contractor elects to saw the j oint by the dry method , flush ing the
joint with high pressure water may be deleted. The dust resulting from the
sawing shall be removed from the joint by using compressed air. (Paragraph
Rev . 1, October 18, 1989)
After complete drying , the joints shall be sandblasted. The nozzle shall be
attached to a mechanical aiming dev ice so that the sand blast will be directed
at an angle of 45 degrees and at a distance of one to two inches from the
face of the joint. Both joint faces shall be sandblasted in separate , one
directional passes. Upon the termination of the sandblasting , the joints shall
be blown-out using compressed air. The blow tube shall fit into the joints.
The blown joint shall be checked for residual dust or other contamination. If
any dust or contamination is found , the sandblasting and blowing shall be
repeated until the joint is cleaned. Solvents will not be permitted to remove
stains and contamination .
Immediately upon cleaning , the bond breaker and sealant shall be placed in
the joint. Open , cleaned joints shall not be left unsealed overnight.
Bond Breaker Rod and Tape : The bond breaker rod and tape shall be
installed in the cleaned joint prior to the application of the joint sealant in a
manner that will produce the required d imensions .
5.4 Joint Sealant: Upon placement of the bond breaker rod and tape , the joint
sealant shall be applied using the mechanical injection tool. The joint sealant
application shall not be permitted when the air and pavement temperature is
less than 40F (4C). Joints shall not be sealed unless they are clean and dry .
Unsa t isfactorily sealed joints shall be refilled . Excess sealant left on the
pavement surface shall be removed and discarded and shall not be used to
seal the joints.
The pavement surface shall present a clean final condition ..
Traffic shall not be allowed on the fresh sealant until it becomes tack-free .
Approval of Joints: A representative of the sealant manufacturer shall be
present at the job site at the beginning of the final clean ing and sealing of the
joints . He shall demonstrate to the Contractor and the ENGINEER the
acceptable method for sealant installation . The manufacturer's
representative shall approve the clean , dry joints before the sealing operation
commences.
6 . WARRANTY
The Contractor shall provide the ENGINEER a manufacturer's written guarantee
on all
joint sealing materials. The manufacturer shall agree to provide any replacement
City of Fo rt Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PM O Release Date : 07/28 /2010
Page SP-32 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
material free of charge to the City . Also , the Contractor shall provide the
ENGINEER a written warranty on all sealed joints. The Contractor shall agree to
replace any failed joints at no cost to the City . Both warranties shall be for two
years after final
acceptance of the completed work by the ENGINEER.
7. BASIS OF PAYMENT
All costs associated with concrete joint sealant shall be subsidiary to the
concrete item and no other compensation will be provided.
69 . NON-PAY ITEM -ACCEPTANCE OF REINFORCED CONCRETE PAVEMENT:
The concrete pavement acceptance policy shall be as follows :
A. Penalty for Deficient Pavement Thickness. There shall be no acceptance of deficient
pavement thickness other than the tolerances specified below.
1. Pavement th ickness deficiency up to 0.25-i nch will be considered as sat isfactory and the contract
unit price wi ll be used for payment if the average thickness within the project meets or exceeds
the specified designed thickness .
2 . Deficiencies of greater than 0.25-i nch shall be removed and replaced with pavement of plan
thickness at contractor's entire expense .
B. Cracked Concrete Acceptance Policy.
If cracks exist in concrete pavement upon completion of the project , the Project Inspector shall
make a determination as to the need for action to address the cracking as to its cause and
recommended remedial work . If the recommended remedial work is routing and sealing of the
cracks to protect the subgrade , the Inspector shall make the determination as to whether to rout
and seal the cracks at the time of final inspect i on and acceptance o r at any time prior to the end
of the project maintenance period. The Contractor shall perform the routing and seal i ng work as
di rected by the Project Inspector, at no cost to the City , regardless of the cause of the cracking .
If remedial work beyond routing and sealing is determined to be necessary , the Inspector and the
Contractor will attempt to agree on the cause of the crack ing . If agreement i s reached that the
cracking is due to deficient materials or workmanship , the Co ntractor shall perform the remedial
work at no cost to the City . Remed ial work i n th is case shall be li m ited to remov i ng and replac i ng
the deficient work with new materi al and workmansh i p t hat meets the requirements of the
contract.
City of Fort Worth , Texas
Special Provis ions For Street an d Storm Drain Improvements
PM O Release Date: 07/28 /2 010
Page SP-33 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
If remedial work beyond routing and sealing is determined to be necessary , and the Inspector and
the Contractor agree that the cause of the cracking is not deficient materials or workmanship , the
City may request the Contractor to provide an estimate of the cost of the necessary remedial
work and/or additional work to address the cause of the cracking , and the Contractor wil l perform
that work at the agreed-upon price if the City elects to do so .
If remedial work is necessary , and the Inspector and the Contractor cannot agree on the cause of
the crack i ng , the City may hire an independent geotechnical engineer to perform testing and
analysis to determine the cause of the cracking. The contractor will escrow 50% of the proposed
costs of the geotechnical contract with the City. The Contractor and the City shall use the
services of a geotechnical firm acceptable to both parties .
If the geotechnical engineer determines that the primary cause of the cracking is the Contractor's
deficient material or workmanship, the remedial work will be performed at the Contractor's entire
expense and the Contractor will also reimburse the City for the balance of the cost ·ot the
geotechnical investigation over and above the amount that has previously been escrowed .
Remedial work in this case shall be lim ited to removing and replacing the deficient work with new
material and workmansh i p that meets the requirements of the contract.
If the geotechnical engineer determines that the primary cause of the cracking is not the
Contractor's deficient material or workmanship , the City will return the escrowed funds to the
Contractor. The Contractor , on request , will provide the City an estimate of the costs of the
necessary remedial work and/or additional work and will perform the work at the agreed-upon
price as directed by the Ci ty.
70 . 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.
71 . 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.
72. NON-PAY ITEM -PROTECTION OF TREES, PLANTS AND SOIL:
All property along and adjacent to the Contractor's operations including lawns , yards,
shrubs, trees , etc. shall be preserved or restored after completion of the work to a condition
equal or better than existed prior to start of work.
City of Fort W orth , T exas
Spec ial Provi sio ns For Street and Storm Drain Imp rovements
PMO Release Date : 07/28/201 0
Page SP -34 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
By ordinance , the Contracto r must obtain a perm it 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 i n compliance with pruning standards
for Class II Prun ing 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 negl igent
damage to public trees shall be made to the City of Fort Worth and may be withheld from
funds due to the Contractor by the City.
To prevent the spread of the Oak Wilt fungus, all wounds on Live Oak and Red Oak trees
shall be immediately sealed using a commercial pruning paint. This is the only instance
when pruning paint is recommended .
73. NON-PAY ITEM-CONCRETE COLORED SURFACE:
Concrete wheelchair ramp surfaces , excluding the side slopes and curb, shall be colored
with LITHOCHROME color hardener or equal. A brick red color, a dry-shake hardener
manufactured by L.M. Scofield Company or equal , shall be used in accordance with
manufacturers ' instructions . Contractor shall provide a sample concrete panel of one. foot
by one foot by three inches dimension, or other dimension approved by the ENGINEER ,
meeting the aforementioned specifications. The sample , upon approval of the ENGINEER ,
shall be the acceptable standard to be applied for all construction covered in the scope of
this Non-Pay Item. No direct payment will be made for this item and it shall be considered
incidental to th is contract.
The method of appl ication shall be by screen , sifter , sieve , or other means in order to
provide for a uniform color distribution .
74 . NON-PAY ITEM-PROJECT CLEAN-UP :
The Contractor shall be aware that keeping the project site in a neat and orderly condition is
considered an integral part of the contracted work and as such shall be considered
. subsidiary to the appropriate bid items . Clean up work shall be done as directed by the
ENGINEER as the work progresses or as needed . If , in the op inion 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.
City of Fo rt Worth, Texas
Special Provisio ns Fo r Street a nd Storm Dra in Improvements
PM O Release Date : 07/2 8/2010
Page SP -35 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
75. NON-PAY ITEM -PROJECT SCHEDULE :
Before commencing any work under this contract , the CONTRACTOR shall submit to the
OWNER a draft detailed baseline construction schedule that meets the requirements
described in this specification , showing by Critical Path Method (CPM) the planned
sequence and timing of the Work associated with the Contract. All submittals shall be
submitted in PDF format , and schedule files shall also be submitted in native file format (i.e.
file formats associated with the scheduling software). The approved scheduling software
systems for creating the schedule files are :
-Primavera (Version 6 .1 or later or approved by OWNER)
-Primavera Contractor (Version 6 .1 or later or approved by OWNER)
-Primavera SureTrak (Version 3.x or later or approved by OWNER)
-Microsoft Project (Vers ion 2003/2007 or later or approved by OWNER)
It is suggested that the CONTRACTOR employ or retain the services of a qual ified Project
Scheduler to develop the required schedules. A qualified Project Scheduler would have the
following minimum capabilities and experience.
a. Experience prepari ng and maintaining detailed schedules , as well as 1 year of
experience using approved scheduling software systems as defined in this
specification .
b. Knowledge of Critical Path Method of scheduling and the ability to analyze
schedules to determine duration , resource allocation , and logic issues .
c. Understanding of construction work processes to the extent that a logical critical
path method schedule can be developed , maintained, and progressed that
accurately represents the scope of work performed .
75 .(a) BASELINE CONSTRUCTION SCHEDULE : The CONTRACTOR shall develop ,
submit and review the draft detailed baseline construction schedule with the OWNER to
demonstrate the CONTRACTOR's understanding of the contract requirements and
approach for performing the work . The CONTRACTOR will prepare the final detailed
baseline construction schedule based on OWNER comments , if any. The CONTRACTOR 's
first (1st) 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 adhe red to in preparing the baseline construction
schedule .
a. Milestone dates and final project completion dates shall be developed to conform to
the time constraints, sequencing requirements , and completion time .
b. The construction progress shall be divided into activities with time durations no
greater than 20 work days . Fabrication , delivery and submittal activities are
exceptions to this guideline .
c. Activity durations shall be in work days and normal holidays and weather condit ions
over the duration of the contract shall be accounted for with in the duration of each
activ ity .
d . The critical path shall be clearly shown on the construction schedule.
e. Float time is defined as the amount of time between the earliest start date and the
late start date using CPM. Float time is a shared and expiring resource and is not
for the exclus ive use or benefit of the CONTRACTOR or OWNER.
City of Fort Worth , T exas
Specia l Provisions For Street and Storm Drain Im provements
PMO Release Date : 07 /2 8/2010
Page SP-36 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
f. Thirty days shall be used for submittal review unless otherwise specified .
The construction schedule shall be divided into general activities as indicated in the
Schedule Guidance Document and each general activity shall be broken down into sub-
activities i n enough detail to achieve sub-activities of no greater than 20 days duration . The
Schedule Guidan ce Document is located on Buzzsaw and is hereby made a part of this
contract document by reference for all purposes , the same as if copies verbatim herein.
For each general activity , the construction schedule shall identify all trades or subcontracts
applicable to the project whose work is represented by activities that follow the guidelines of
this section .
For each of the trades or subcontracts applicable to the project , the construction schedule
shall indicate the following : procurement , construction , pre-acceptance activities, and
events in their logical sequence for equipment and materials. Include applicable activities
and milestones such as :
1 . Milestone for formal Notice to Proceed
2. Milestone for Final Completion or other completion dates specified in the contract
documents
3 . Preparation and transmittal of submittals
4. Submittal review periods
5. Shop fabrica t ion and delivery
6. Erection and installation
7. Transmittal of manufacturer's operation and maintenance instructions
8. Installed equipment and material testing
9. Owner's operator instructions (if applicable)
10 . Final inspection
11. Operational testing
75(b) PROGRESS CONSTRUCTION SCHEDULE : The CONTRACTOR shall prepare and
submit monthly to the OWNER for approval the updated schedule in accordance with
Section 81 and 82 and the OWNER's Schedule Guidance Document inclusive . As the
Work 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 applicat ions will not be accepted and
processed for payment without monthly schedule updates, submitted in the time and
manner requi red 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.
City of Fort Worth, Texas
Special Provisi ons For Street an d Storm Drain Improvements
PMO Rel ease Date : 07/28/2010
Page SP-3 7 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
b. Only one schedule update will be required per month in accordance w ith the Schedule
Gu idance Document and this specification .
c . Failure to maintain the Schedule in an accepted status may result in the OWNER
withholding payment to the CONTRACTOR un ti l the schedule is accepted .
75(c) PERFORMANCE AND CONSTRUCTION SCHEDULE : If, in the opinion of the
OWNER , work accomplished falls · behind that scheduled , the CONTRACTOR shall take
such action as necessary to improve his progress . In addition , the OWNER may require the
CONTRACTOR to submit a revised schedule demonstrating his program and proposed plan
to make up lag in schedule progress and to ens·ure completion of the Work within the
allotted Contract time.
Failure of the CONTRACTOR to comply with these requirements shall be considered
grounds for determination by the OWNER that the CONTRACTOR is failing to execute the
Work with due diligence as will ensure completion within the time specified in the Contract.
76 . SCHEDULE TIERS SPECIAL INSTRUCTIONS:
The requirements for the schedule are determined based on the nature and needs of the
project. The schedule for all projects shall be Tier 3 unless otherwise stated in the contract
documents . The requirements for each Tier are described below. CONTRACTOR shall
submit each schedule relying on the Schedule Guidance Document provided in the Contract
Documents.
TIER 3 COST LOADING SPECIAL INSTRUCTIONS :
1. At a minimum , each Activity Breakdown Structure (ABS) in the scheduling
software shall be cost-loaded with the total contract dollars associated
with the respective ABS elements.
TIER 4 COST LOADING SPECIAL INSTRUCTIONS:
· 1. Adhere to all Tier 3 requirements , and additionally the following :
2. Work (Schedule of Values Pay Items using the OWNER's standard
items) shall be loaded into the scheduling software using the "NON-
LABOR" resource type showing the quantity of work to be done along
with the corresponding value of the work measured in dollars . It is ·
intended that Earned Value will be calculated as the schedule resources
are progressed.
TIER 5 COST LOADING SPECIAL INSTRUCTIONS:
1. Adhere to all Tier 4 requirements , and additionally the following:
City of Fort Worth, T exas
Special Provi si o ns For Street and Storm Dra in Improvements
PMO Release Date : 07/28/2010
Page SP -38 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
• Labor resou rces (Man-Hours) shall be loaded into the scheduling
software us ing the "LABOR" resource type with man-hours and
without cost.
77. NON-PAY ITEM-NOTIFICATION OF RESIDENTS:
In order to cut down on the number of 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 jo ints during the construction of paving
projects.
All costs involved with providing such written notice shall be considered subsidiary to this
contract.
78. NON-PAY ITEM-PUBLIC NOTIFICATION PRIOR TO BEGINNING CONSTRUCTION:
Prior to beginning construction on any block in the project, the Contractor shall , on a block
by block basis , prepare and deliver a notice or flyer of the pend ing 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 activ ity on each block in the project area. The flyer shall be prepared on the
Contractor's letterhead and shall include the following information : Name of Project, City
Project No., Scope of Project (i.e . type of construction activity), actual construction duration
within the block, t he 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 .
79 . 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 w ill be made to schedule the neighborhood
meeting within the two weeks following the pre-construction conference but in no case will
construction be allowed to begin until this meeting is held.
80. NON-PAY ITEM-WASHED ROCK :
City of Fort Worth, Texas
Special Provisions For Street and Storm Drain Improvements
PM O Release Date: 07/28 /2 010
Page SP -39 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
All washed rock used for embedment or backfill or as otherwise .d irected by the ENGINEER
shall washed , crushed stone and shall meet the following gradation and abrasion: (Actual
washing not required if gradation is met)
Sieve Size
1"
1/2 "
3/8"
#4
#8
% Retained
0-10
40-75
55-90
90-100
95-100
Los Angeles Abrasion Test: 50% Maximum wear per A.S.T.M. Designation C-131.
81 . NON-PAY ITEM-SAWCUT OF EXISTING CONCRETE :
When existing concrete or H .M.A.C. is cut, such cuts shall .be made with a concrete saw.
The Contractor may break out curb and gutter to the nearest joint if he chooses. All sawing
shall be subsidiary to the unit cost of the respective item.
82 . NON PAY ITEM -LOCATION AND EXPOSURE OF MANHOLES AND WATER
VALVES :
The Contractor shall be responsible for locating and marking all previously exposed
manholes and water valves in each street of this contract before repaving commences for a
particular street.
The Contractor shall attempt to include the ENGINEER (if he is available) in the observation
and marking activity. In any event a street shall be completely marked a minimum to two (2)
working days before repaving begins on any street. Marki ng the curbs with pa i nt is a
recommended procedure .
It shall be the Contractor's responsibility to notify the utility companies that he has
commenced Work on the project. As the repaving is completed (within the same day) the
Contractor shall locate the covered manholes and valves and expose them for later
adjustment. Upon completion of a street the Contractor shall notify the utilities of .this
completion and indicate that start of the next one in order for the utilities to adjust facilities
accordingly .
The Contractor shall be responsible for all materials , equipment and labor to perform a most
accurate job and all costs to the Contractor shall be figured subsid iary to this contract.
83. NON PAY ITEM -TIE IN INTO STORM DRAIN STRUCTURE: The cost for making
lateral tie-ins to the storm drain structure shall be subsidiary to the bid price for the
respective lines.
84. NON PAY ITEM -SPRINKLER HEAD ADJUSTMENT: The adjustment and/or
relocation of sprinkler heads encountered shall be paid for under "UTILITY ADJUSTMENT"
in the proposal section . No other compensation will be provided.
85. NON PAY ITEM -FEE FOR STREET USE PERMITS AND RE-INSPECTIONS:
City o f Fort Worth, T exas
Special Provisions Fo r Street and Storm Drain Improveme nts
PMO Release Date : 07/28/2010
Page SP-40 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
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 St ate of Texas . Failure to
acquire t he prope r perm it and permission may result in a fine of $500/day to the contractor
performing the work .
Payment by the cont ractor for all Street Use Permits shall be considered subsidiary to the
contract cost a nd no additional compensation shall be made.
86 . NON PAY ITEM -TEMPORARY EROSION, SEDIMENT AND WATER POLLUTION
CONTROL <FOR DISTURBED AREAS LESS THAN 1 ACRE}:
A. DESCRIPTION: This item shall consist of temporary soil erosion sediment and
water pollution control measures deemed necessary by the ENGINEER for the
duration of the contract. These control measures shall at no time be used as a
substitute for the permanent control measure unless otherwise directed by the
ENGINEER and they shall not include measures taken by the CONTRACTOR to
control conditions created by his construction operations. The temporary
measures shall include dikes, dams, berms , sediment basins, fiber mats , jute
netting, temporary seeding , straw mulch , asphalt mulch , plastic liners, rubble
line rs, slope drains and other devices. All inlet protection measures shall be
designed to allow for runoff to freely overflow into the inlet during a flood
event.
B . Further, erosion control measures placed in front of inlets , or in channels ,
drainageways or barrow ditches will be at the risk of the contractor. Contractor
shall remain liable for any damage caused by the measures , including flooding
damage which may occur due to blocked drainage. At the conclusion of any
project, all channels , drainageways and barrow d itches in the work zone shall be
dredged of any sediment generated by the project or deposited as a result of as
a resu lt of erosion control measures . Any such dredging must comply with all
Federal , State and local regulations .
C . CONSTRUCTION REQUIREMENTS : The ENGINEER has the authority to
define erodible earth and the authority to limit the surface are of erodible-earth
material exposed by preparing right-of-way , clearing and grubbing , the surface
area of erodible-earth material exposed by excavation , borrow and to direct the
CONTRACTOR to provide temporary pollution-contro l measures to prevent
contamination of adjacent streams, other water course, lakes , ponds or other
areas of water impoundment. Such work may involve the const ruction 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
City of Fort Worth , Texas
Special Provisio ns For Street and Storm Drain Improvements
PMO Release Date : 07/28/2010
Page SP-41 of 45
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
progress in keep ing the finish grading , mulching , seeding , and other such
permanent pollut ion-control measures current in accordance with the accepted
schedule . Should seasonal conditions make such limitations unrealistic ,
temporary soil-erosion -control measures shall be performed as directed by the
ENGINEER.
Waste or disposal areas and construction roads shall be located and constructed
in a manner that will minimize the amount of sediment entering streams.
1. Frequent fordings of live streams will not be permitted ; therefore ,
temporary bridges or other structures shall be used wherever an
appreciable number of stream crossing are necessary . Unless otherwise
approved in writing by the ENGINEER , mechanized equipment shall not
be operated in live streams .
2. When work areas or material sources are located in or adjacent to live
streams , such areas shall be separated from the stream by a dike or
other barrier to keep sediment from entering a flowing stream. Care shall
be taken during the construction and remova l of such barriers to minimize
the muddying "of a stream.
3. All waterways shall be cleared as soon as practicable of false work ,
piling, debris or other obstructions placed during construction operations
that are not part of the finished work .
4 . The Contractor shall take sufficient precautions to prevent pollution of
streams , lakes and reservoirs with fuels , oils , bitumens , calcium chloride
or other harmful materials . He shall conduct and schedule his operations
so as to avoid or minimize siltation of streams , lakes and reservoirs and
to avoid interference with movement of migratory fish .
D. SUBMITTAL: Prior to the start of the applicable construction , the Contractor
shall submit for approval his schedules for accomplishment of soil-erosion-
control work and his plan to keep the area of erodible-earth material to a
minimum . He shall also submit for acceptance his proposed method of soil-
erosion control on construction and haul roads and material sources and his plan
for disposal of waste materials. No work shall be started until the soil-erosion
control schedules and methods of operations have been reviewed and approved
by the ENGINEER.
F. MEASUREMENT AND PAYMENT: All work , materials and equ ipment necessary
to provide temporary erosion control shall be considered subsidiary to the
contract and no extra pay will be given for th is work.
City of Fort Worth, Texas
Special Provision s For Street and Storm Drai n Im provements
PMO Release Date : 07 /28/2010
Page SP-42 of 45
Date:
SPECIAL PROVISIONS FOR
STREET AND STORM DRAIN IMPROVEMENTS
(To be prin ted on Contractor's Letterhead)
-----
CityNo: __
PROJECT NAME: Water/Sanitary Sewer and Paving/Storm Drain Improvements for:
MAPSCO LOCATION: --
LIMITS OF CONST.: --------------
Estimated Duration of Construction on your Street : _ days
THIS IS TO INFORM YOU THAT UNDER A CONTRACT WITH THE
CITY OF FORT WORTH, OUR COMPANY WILL < REPLACE
WATER AND/OR SEWER LINES -RECONSTRUCT THE STREET>
ON OR AROUND YOUR PROPERTY.
CONSTRUCTION WILL BEGIN APPROXIMATELY SEVEN DAYS
FROM THE DATE OF THIS NOTICE.
IF YOU HA VE QUESTIONS ABOUT ACCESS, SECURITY, SAFETY
OR ANY OTHER ISSUE, PLEASE CALL:
Mr. <CONTRACTOR'S SUP E RINTE NDE NT > AT <T E LEPHONE NO .>
OR
Mr. <CITY INSPE CTOR> AT <T E L E PHONE NO.>
AFTER 4:30 PM OR ON WEEKENDS, PLEASE CALL (817) 392-8306
PLEASE KEEP THIS FLYER HA N DY WHEN YOU CALL.
City of Fort Worth , Texas
Special Provisions For Street and Storm Drain Improvements
PMO Release Date : 07 /28/2010
Page SP-43 of 45
Compliance w ith and Enforcement of Prevailing Wage Laws
(a) Duty to pay Prevailing Wage Rates . The contractor shall comply with all
requirements of Chapter 2258 , Texas Gov ernment Code (Chapter 2258),
including the payment of not less than the rates determined by the City Council of
the City of Fort Worth to be the prevailing wage rates in accordance with Chapter
2258. Such prevailing wage rates are included in these contract documents .
(b) Penalty for Violation. A contractor or any subcontractor who does not pay the
prevailing wage shall, upon demand made by the City, pay to the City $60 for
each worker employed for each calendar day or part of the day that the worker is
paid less than the prevailing wage rates stipulated in these contract documents .
This penalty shall be retained by the City to offset its administrative costs ,
pursuant to Texas Government Code 2258 .023 .
(c) Complaints of Violations and City Determination of Good Cause . On receipt of
information, including a complaint by a worker, concerning an alleged violation
of 2258.023 , Texas Government Code, by a contractor or subcontractor, the City
shall make an initial determination, before the 31 st day after the date the City
receives the information, as to whether good cause exists to believe that the
violation occurred. The City shall notify in writing the contractor or
subcontractor and any affected worker of its initial determination. Upon the
City's determi.nation that there is good cause to believe the contractor or
subcontractor has v iolated 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 Resolv ed . 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 resolv e
the issue by agreement before the 15th day after the date the City makes its initial
determination pursuant to paragraph ( c) abo v e . 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 Es timates . 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 prev ailing 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 .
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 Conjact:
FROM Fund/Account/Centers
Fernando Costa (8476)
A . Douglas Rademaker (6157)
Eric Bundy (7598)
HEAVY & ffiGHW AY CONSTRUCTION
PREVAILING WAGE RA TES 2008
Air Tool Operator
Asphalt Distributor Operator
Asphalt Paving Machine Operator
Asphalt Raker
Asphalt Shoveler
Batching Plant Weigher
Broom or Sweeper Operator
Bulldozer Operator
Carpenter
Concrete Finisher, Paving
Concrete Finisher, Structures
Concrete Paving Curbing Machine Operator
Concrete Paving Finishing Machine Operator
Concrete Paving Joint Sealer Operator
Concrete paving Saw Operator
Concrete Paving Spreader Operator
Concrete Rubber
Crane, Clamshell, Backhoe, Derrick, Dragline, Shovel Operator
Electrician
FJagger
Form Builder/Setter, Structures
Form Setter, Paving & Curb
Foundation Drill Operator, Crawler Mounted
Foundation Drill Operator, Truck Mounted
Front End Loader Operator
Laborer, Common
Laborer, Utility
Mechanic
Milling Machine Operator, Fine Grade
Mixer Operator
Motor Grader Operator, Fine Grade
Motor Grader Operator, Roulili
Oiler
Painter, Structures
Pavement Marking Machine Operator
Pipe layer
Reinforcing Steel Setter, Paving
Reinforcing Steel Setter, Structure
Roller Operator, Pneumatic, Self-Propelled
Roller Operator, Steel Wheel, Flat Wheel/Tamping
Roller Operator, Steel Wheel, Plant Mix Pavement
Scraper Operator
Servicer
Slip Form Machine Operator
Spreader Box Operator
Tractor Operator, Crawler Type
Tractor Operator, Pneumatic
Traveling Mixer Operator
Truck Driver Lowboy-Float
Truck Driver Single Axle, Heavy
Truck Driver, Single Axle, Light
Truck Driver, Tandem Axle, Semi-Trailer
Truck Driver, Transit-Mix
Wagon Drill, Boring Machine, Post Hole Driller Operator
Welder
Work Zone Barricade Servicer
$10.06
$13 .99
$12.78
$11.0 l
$ 8.80
$14 .15
$ 9.88
$13.22
$12 .80
$12.85
$13 .27
$12.00
$13 .63
$12.50
$13.56
$14.50
$10.61
$14.12
$18. 12
$ 8.43
$11.63
$11.83
$13 .67
$16.30
$12.62
$ 9.18
$10.65
$16.97
$11.83
$H .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 .91
$11.47
$10.91
$11.75
$12 .08
$14 .00
$13.57
$10 .09
Class1hcat1on
AC Mechanic
AC Mechanic Helper
Acoustical Ceiling Mechanic
Bricklayer/Stone Mason
Bricklayer/Stone Mason Helper
Carpenter
Carpenter Helper
Concrete Finisher
Concrete Form Builder
Drywall Mechanic
Drywall Helper
Drywall Taper
Drywall Taper Helper
Electrician (J ourneyman)
Electrician Helper
Electronic Technician
Electronic Technician Helper
Floor Layer (Resilient)
Floor Layer Helper
Glazier
Glazier Helper
Insulator
Insulator Helper
Lab orer Common
La borer Skilled
Lather
Painter
Painter Helper
Pipefitter
Pipefitter Helper
Plasterer
Plasterer Heloer
2008 PREVAILING WAGE RATES
CON STRUC T ION INDUSTRY
I I
I Hrly Rate I Class1f1cation
$21.69 Plumber
$12 .00 Plumber Helper
$15.24 Reinforcing Steel Setter
$19.12 Roofer
$10.10 Roofer Helper
$1 6.23 Sheet Metal Worker
$11.91 Sheet Metal Worker Helper
$13.49 Sorinkler System Installer
$13.12 Sorinkler System Installer Helper
$14.62 Steel Worker Structural
$10.91 Concrete Pump
Crane, Clamsheel, Backhoe, Derrick, D'Line
$13.00 Shovel
$9.00 Forklift
$20.20 Front End Loader
$14.43 . Truck Driver
$19.86 Welder
$12.00 Welder Helper
$20.00
$13 .00
$18.00
$13.00
$14.78
$11.25
$10.27
$13.18
$16.10
$14.83
$8.00
$18.85
$12.83
$17.25
$12.25
I I
1 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
Section 5.10
Standard Project Sign
4'
1-"
·i .. -CfORT WORTH
2
1 .. 6~"-r 4
t-3"
3"~ Project Title
~1"
I
a1" 2 Funding
3"
11" Contractor: 1 .. 2
21" -contractor's Name 2
2
11 "
11 " Questions on this Project Call: 2
2 I"·
11 " (817) 392 -xxxx 2 1"
11 " After Hours Call: (817) 392 -XXXX 2
21" 2
R1 " T YP .
FONTS : NOTES:
FORT WORTH LOGO IN CHEL TINGHAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
COLORS:
FORT WORTH • PMS 288 • BLUE
LONGHORNLOGO-PMS725 -BROWN
LETTERING • PMS 288 • BLUE
BACKGROUND • WHITE
IF APPLICABLE TO THE PROJECT,
CONTRACTOR SHALL OBTAIN VINYL
STICKER "CITY GAS LEASE REVENUE
IN ACTION"/ LOGO AT CDR SIGN AND
ENGRAVING , 6311 EAST LANCASTER
AVE (817-451-4684), PEEL AND PLACE
IN FUNDING SECTION .
BORDER • BLUE
PROJECT DESIGNATION SIGN
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAWING NO. 1 - H DATE:
4'
1---------------4' -------------i
41" 4 FORT WORTH
61" 2
3 " Project Title
11" 2 Architect:
21" 2 Architects Name
11" 2 Contractor:
21" 2 Contractors Name
1" FUNDED BY
21 " 2 (List Bond Fund , etc )
11" 2 SCHEDULE COMPLETION DATE
11 " 2 YEAR
R1 ~" TY P.
FONTS:
FORT WORTH LOGO IN CHEL TINGHAM BOLD
ALL OTHER LETTERING IN ARIAL BOLD
COLORS :
FORT WORTH -PMS 288 -BLUE
LONGHORN LOGO -PMS 725 -BROWN
LETTERING -PMS 288 -BLUE
BACKGROUND -WHITE
BORDER -BLUE
PROJECT DESIGNATION SIGN
1 ..
4
3"
I--4"
1 ..
2
I--1"
1 ..
2
' f-1~"
I
1"
31" 4
CITY OF FORT WORTH -CONSTRUCTION STANDARD
DRAW ING NO. 1 -V DATE :
Section 7.0
Contract, Bonds, and Insurance
CONTRACTOR COMPLIANCE WITH
WORKERS' COMPENSATION LAW
Pursuant to V.T.C .A. Labor Code §406 .96 (2000), as amended, Contractor certifies that it
provides workers' compensation insurance coverage for all of its employees employed on City
of Fort Worth Department of Engineering No .5422 and City of Fort Worth Project No . P227-
541200-205280048283.
STATE OF TEXAS
COUNTY OF TARRANT
§
§
§
CONTRACTOR
ConatserCon~Wfl ~
~...,.,____
Name: Jerry Conatser, President of
Conatser Management Group, In c. -
G.P.
Title: -----------
Date:-----------
the undersigned authority, on this day personally appeared
~~L....¥,-l,.,»l<;.ui.:;111,1,.j~-· known to me to be the person whose name is subscribed to the
foregoi g instrument, and acknowledged to me that he executed the same as the act and deed
of Conatser Construction Tx, LP for the purposes and consideration therein expressed and in
the capacity therein stated.
Given Under My Hand and Seal of Office this l:l._ day of~ , 20J_j__.
PERFORMANCE BOND Bond No:022 0 3 4 164
THE ST A TE OF TEXAS §
KNOW ALL BY THESE PRESENTS:
COUNTY OF TARRANT §
That we (1) Conatser Construction Tx. LP as Principal herein, and (2)if~rt y Mut ual Ins. Co., a
corporation organized under the laws of the State of (3) MA and who is authorized to issue surety
bonds in the State of Texas, Surety herein, are held and firmly bound unto the City of Fort Worth, a municipal
corporation located in Tarrant and Denton Counties, Texas, Obligee herein, in the sum of:
Eight Hundred Fifty-nine Thousand Five Hundred Sixty-nine and 50/100 ......................................................... ..
($859,569.50) Dollars for the payment of which sum we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severally, firmly by these presents .
OCT 25 2011
WHEREAS, Principal has entered into a certain contract with the Obligee dated the of
_____ ..,__20.._1_1=-a copy of which is attached hereto and made a part hereof, for the construction of:
Milam Storm Drain Improvements {Council District 5)
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; otherw ise, 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 Princ ipal and the Surety have
executed this instrument.
SIGNED and SEALED this __ of
ATTEST:
(Principal) Secretary
(SEAL)
c 4 ---
Witness as to Principal
Address
ATTEST:
(Surety) Secretary
(SEAL)
Witness as to Surety
Nikki Adams
(Address)
OCT 25 20 t11 .
PO Box 15448
Fort Worth. TX 76119
(Address)
Liberty Mutual Insurance Ccxnpany
Surety
BY: ~<ftt 02j)};_~£~)%
Carolyn Maples
175 Berkley Street, Boston, MA 02 I 17
(Address)
NOTE : Date of Bond must not be
prior to date of Contract
( l) Correct Name of Contractor
(2) Correct name of Surety
(3) State of incorporation of Surety
Telephone number of surety must be stated .
In addition, an original copy of Power of
Attorney shall be attached to Bond by
Attorney-in-Fact.
The date of bond shall not be prior to date of
Contract.
Tel No: 972-23}-9588
PAYMENT BOND Bond No: 022034164
THE STATE OF TEXAS §
§
§
KNOW ALL BY THESE PRESENTS :
COUNTY OF TARRANT
That we, (I) Conatser Construction Tx. LP, as Principal herein, and (2) ~iberty Mut ual Insurance Canpany
__ _, a corporation organized and existing under the laws of the State of(3) ~MA--=-----' as surety , are
held and firmly bound unto the City of Fort Worth, a municipal corporat ion located in Tarrant and Denton Counties,
Texas, Obligee herein, in the amount of Eight Hundred Fiftv-nine Thousand Five Hundred Sixfy-nine and
50/100 ................................................................................. Dollars ($859.569.50) for the payment whereof, the said
Principal and Surety bind themselves and their heirs, executors, administrators, successors and assigns , jointly and
severally, finnly by these presents:
OCT 2 :-ZD f1HEREAS, the Principal has entered into a certain written contract with the Obligee dated the __ day of
.J 2011, which contract is hereby referred to and made a part hereof as if fully and to the same extent
as if copied at length, for the following project:
Milam Storm Drain Improvements (Council District 5)
NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal
shall fa ithfully make payment to each and every claimant (as defined in Chapter 2253, Texas Government Code, as
amended) supplying labor or materials in the prosecution of the work under the contract, then this obligation shall be
void; otherwise, to remain in full force and effect.
PROVIDED, HOWEVER, that this bond is executed pursuant to Chapter 2253 of the Texas Government
Code, as amended, and all liabilit ies on this bond shall be determined in accordance with the provisions of said
statute, to the same extent as if it were copied at length herein .
IN WITNESS WHEREOF , the duly authorized representatives of the Principal and the Surety have
executed this instrument.
SIGNED and SEALED this_ day of, OCT 25 201 011.
Conatser Construction Tx, LP
ATIEST: ~~
Name: Jerry R, Conatser, President of
(Principal) Secretary
Title : Conatser Managerrent Group, Inc., GP
(SE AL) Address : PO Box 15448
c:£--Fort Worth, TX 76119
Witness as to Principal
ATIEST:
Secretary
(SE AL)
Libe-i;ty Mutual Insurance Canpany
SURETY
By: Con®r::tna.~Q~
Name: Carolyn Maples
Attorney in Fact
Address : 175 Berkeley Street
Boston, MA. 02 I 17
Witness as to Surety Telephone Number: 972-663-2902
NOTE: (1)
(2)
(3)
Correct name of Principal (Contractor).
Correct name of Surety.
State of incorporation of Surety
Telephone number of surety must be stated. In addition, an original copy of
Power of Attorney shaU be attached to Bond by the Attorney-in-Fact.
The date of bond shall not be prior to date of Contract.
MAINTENANCE BOND Bond No : 022034164
THE ST A TE OF TEXAS §
COUNTY OFT ARRANT §
That Conatser Construction Tx, LP ("Contractor"), as principal, and Libert y Mut ual Insuranc e
Canpany, a corporation organized under the laws of the State of MA , ("Surety"), do hereb
acknowledge themselves to be held and bound to pay unto the City of Fort Worth, a Municipc
Corporation chartered by virtue of Constitution and laws of the State of Texas, ("City") in Tarrar
County, Texas, the sum of Eight Hundred Fifty-nine Thousand Five Hundred Sixty-nine anc
50/100 ......................................................................................................................................... Dollars
($859,569.50), lawful money of the United States, for payment of which sum well and truly be madt
unto said City and its successors, said Contractor and Surety do hereby bind themselves , their heirs
executors, administrators, assigns and successors , jointly and severally .
This obligation is conditioned, however, that:
WHEREAS , said Contract or this day entered into a written Contract with the City of For
Worth, dated the __ of 1 Z ~ , 2011, a copy of which is hereto attached and made a par,
hereof, for the performance of the following described public improvements:
Milam Storm Drain Improvements (Council District 5)
the same being referred to herein and in said contract as the Work and being designated as projec1
number(s) P227-541200-205280048283 and said contract, including all of the specifications,
conditions, addenda, change orders and written instruments referred to therein as Contract Documents
being incorporated herein and being made a part hereof; and,
WHEREAS, in said Contract, Contractor binds itself to. use such materials and to so construct
the work that it will remain in good repair and condition for and during a period of after the date of the
final acceptance of the work by the City; and
WHEREAS , said Contractor binds itself to maintain said work in good repair and
condition for said term of Two (2) years ; and
WHEREAS, said Contractor binds itself to repair or reconstruct the Work in whole or in
· part at any time within sa id period , if in the opinion of the Director of the City of Fort Worth
Department of Engineering, it be necessary ; and,
WHEREAS , said Contractor binds itself, upon receiv ing notice of the need therefore to
repair or reconstruct said Work as herein provided.
NOW THEREFORE , if said Contractor shall keep and perform its said agreement to
maintain , repair or reconstruct said Work in accordance with all the terms and condit ions of said
Contract , these presents shall be null and void , and have no force or effect. Otherwise , th is
Bond shall be and rema in 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 success ive 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, th is __ day cO , A.D.2011.
ATTEST :
(SE AL)
Secretary
ATTEST :
(SE AL)
Secretary
Conatser Construction Tx, LP
Contractor
Jer ry R. Conat ser , Pres ident of
Title : Conat ser Managerrent Gr oup ,Inc., GP
Li bert y Mut ual Insurance Canpany
Surety
By : C. a,~ ;:::h) "fQ R .C:
Name : Carolyn ples
Title : Attorney -In -Fac t
175 Berke ley St reet
Bos t on, MA 02117
Address
Te l No: 97 2 233-9588
• I
~Liberry, ~ Mutual.
Important Notice
TO OBTAIN INFORMATION OR TO MAKE A COMPLAINT :
You may write to Liberty Mutual Surety at:
Liberty Mutual Surety
Interchange Corporate Center
450 Plymouth Road, Suite 400
Plymouth Meeting, PA 19462~8284
You may contact the Texas Department of Insurance to obtain information on
companies, coverages, rights or complaints at:
1-800-252-3439
You may write the Texas Department of Insurance :
P. 0. Box 149104
Austin , TX 78714-9104
Fax: (512) 475-1771
Web: http://www.tdi.state.tx.us
E-mail : ConsumerProtection@td i .state . tx . us
Premium or Claim Disputes
Should you have a dispute concerning a premium, you should contact the agent first. If you
have a dispute concerning a claim, you should contact the company first. If the dispute is not
resolved, you may contact the Texas Department of Insurance.
Attach This Notice To Your Policy:
This notice is for information only and does not become a part or condition of the
attached document.
LMIC-3500 Page 1 of 2 Rev. 7 .1.07
OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4748537
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the
extent herein stated.
LIBERTY MUTUAL INSURANCE COMPANY
BOSTON,MASSACHUSETTS
POWER OF ATTORNEY
KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock insurance company,
pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint GREG A. WILKERSON,
GLENNA S. DAVIS, CATHY VINSON, CAROLYN MAPLES, JOHN R. WILSON, ALL OF THE CITY OF FORT WORTH, STATE OF TEXAS .............................................. .
, each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its
behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding
TWENTY FIVE MILLION AND 00/100******************************************************************** DOLLARS ($ 25,000,000 .00**************************** ) each, and the
execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company
as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons .
That this power is made and executed pursuant to and by authority of the following By-law and Authorization:
ARTICLE XIII -Execution of Contracts: Section 5. Surety Bonds and Undertakings .
Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the
chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make,
execute , seal, acknowledge and deliver as surety any and all undertakings, bonds , recognizances and other surety obligations. Such attorneys-
in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and
execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if
signed by the president and attested by the secretary.
By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact:
Pursuant to Article XIII , Section 5 of the By-Laws, David M . Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized
to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make , execute , seal, acknowledge and deliver as surety
any and all undertakings, bonds, recognizances and other surety obligations .
That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty
Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 3rd day of August
2011
COMMONWEALTH OF PENNSYLVANIA ss
COUNTY OF MONTGOMERY
LIBERTY MUTUAL INSURANCE COMPANY
~~"~"' Seo,eta,y
On this 3rd day of August 2011 , before me, a Notary Public , personally came David M. Carey, to me known, and
acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed
the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said
corporation.
first above written.
CERTIFICATE
NotaJieJ S,,...al
Terese Pru1lefla, Notari Public
P,ymouth Twp., Momgomor,. Countt
My Commission Expires Mar.28.2013
Member, Pennsyivania Associat!on d Notaries
By~~
Tere~a Pastella, Notary Public
I, the undersigned , Assist erty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is
a full , true and correct copy, 1 ce and effect on the date of this certificate ; and I do further certify that the officer or official who executed the said
power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII ,
Section 5 of the By-laws of Liberty Mutual Insurance Company.
This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following
vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980 .
VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified
copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the
same force and effect as though manually affixed .
IN TESTIMONY WHEREOF, have hereunto subscribed my name and affixed the corporate seal of the said company, this ___ day of
OCT 2S r 011
Gregory W. Davenport, Assistant Secretary
THE STATE OF TEXAS
COUNTY OF TARRANT
CITY OF FORT WORTH. TEXAS
CONTRACT
KNOW ALL BY THESE PRESENTS
OCT 25 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 duly authorized Assistant City Manager,
("Owner"), and Conatser Construction Tx, LP, ("Contractor"). Owner and Contractor may be referred
to herein individually as a "Party" or collectively as the "Parties."
WITNESSETH: That said parties have agreed as follows:
I.
That for and in consideration of the payments and agreements hereinafter mentioned to be made
and performed by the Owner, and under the conditions expressed in the bond bearing even date herewith,
the said Contractor hereby agrees with the said Owner to commence and complete the construction of
certain improvements described as follows:
Milam Storm Drain Improvements {Council District 5)
2.
That the work herein contemplated shall consist of furnishing as an independent contractor all
labor, tools, appliances and materials necessary for the construction and completion of said project in
accordance with the Plans and Specifications and Contract Documents prepared by the Department of
Engineering for the Transportation and Public Works Department of the City of Fort Worth adopted by
the City Council of the City of Fort Worth, which Plans and Specifications and Contract Documents are
hereto attached and made a part of this contract the same as if written herein.
3.
The Contractor hereby agrees and binds himself to commence the construction of said work
within ten (10) days after being notified in writing to do so by the Department of Engineering of the City
of Fort Worth.
4 .
The Contractor hereby agrees to prosecute said work with reasonable diligence after the
commencement thereof and to fully complete and finish the same ready for the inspection and approval of
the Department of Engineering of the City of Fort Worth and the City Council of the City of Fort Worth
within a period of 240 Calendar days .
If the Contractor should fail to complete the work as set forth in the Plans and Specifications and Contract
Documents within the time so stipulated, plus any additional time allowed as provided in the General
Conditions, there shall be deducted from any monies due or which may thereafter become due him, the
sum of $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 excess cost.
6
Contractor covenants and agrees to indemnify City's engineer and architect, and their personnel at the
project site for Contractor's sole negligence. In addition, Contractor covenants and agrees to indemnify,
hold harmless and defend, at its own expense, the Owner, its officers, servants and employees, from and
against any and all claims or suits for property loss, property damage, personal injury, including death,
arising out of, or alleged to arise out of, the work and services to be performed hereunder by Contractor,
its officers, agents, employees, subcontractors, licensees or invitees, whether or not any such iniurv.
damage or death is caused. in whole or in part, by the negligence or alleged negligence of
Owner, its officers, servants. or employees. Contractor likewise covenants and agrees to indemnify
and hold harmless the Owner from and against any and all injuries to Owner's officers, servants and
employees and any damage, loss or destruction to property of the Owner arising from the performance of
any of the terms and conditions of this Contract, whether or not any such iniury or damage is
caused in whole or in part by the negligence or alleged negligence of Owner. its officers,
servants or employees ..
In the event Owner receives a written claim for damages against the Contractor or its subcontractors prior
to final payment, final payment shall not be made until Contractor either (a) submits to Owner
satisfactory evidence that the claim has been settled and/or a release from the claimant involved, or (b)
provides Owner with a letter from Contractor's liability insurance carrier that the claim has been referred
to the insurance carrier.
The Director may, if he deems it appropriate, refuse to accept bids on other City of Fort Worth public
work from a Contractor against whom a claim for damages is outstanding as a result of work performed
under a City Contract.
7.
The Contractor agrees, upon the execution of this Contract, and before beginning work, to make,
execute and deliver to City of Fort Worth the following bonds in the name of the City of Fort Worth in a
sum equal to the amount of the Contract. All bonds furnish hereunder shall meet the requirements of
Chapter 2253 of the Texas Government Code, as amended.
A. If the total contract price is $25,000 or less, payment to the contractor shall be made in
one lump sum. Payment shall not be made for a period of 45 calendar days from the date the work has
been completed and accepted by the Owner.
B. If the contract amount is in excess of $25,000, a Payment Bond shall be executed, in the
amount of the Contract, solely for the protection of all claimants supplying labor and material in the
prosecution of the work.
C. If the Contract amount is in excess of $100,000, a Performance Bond shall be executed,
in the amount of the Contract conditioned on the faithful performance of the work in accordance with the
Plans, Specifications, and Contract Documents. Said bond shall solely be for the protection of the Owner.
D. A Two-year Maintenance Bond in the Name of the Owner is required for all projects to
insure the prompt, full and faithful performance of the general guarantee contained in the Contract
Documents.
8.
The Owner agrees and binds itself to pay, and the Contractor agrees to receive, for all of the
foresaid work, and for all additions thereto or deductions therefrom, the price shown on the Proposal
submitted by the successful bidder hereto attached and made a part hereof. Payment will be made in
monthly installments upon actual work completed by contractor and accepted by the Owner and receipt of
invoice from the Contractor. The agreed upon total contract amount (including/excluding) alternates n/a,
shall be Eight Hundred Fifty-nine Thousand Five Hundred Sixty-nine and
50/100 ........................................................................................................................ Dollars, ($859,569.50).
9.
It is further agreed that the performance of this Contract, either in whole or in part, shall not be
sublet or assigned to anyone else by said Contractor without the written consent of the Director of the
Department of Engineering.
10.
The Contractor agrees to pay at least the minimum wage per hour for all labor as the same is
classified, promulgated and set out by the City of Fort Worth, Texas, a copy of which is attached hereto
and made a part hereof the same as if it were copied verbatim herein .
11.
It is mutually agreed and understood that this agreement is made and entered into by the parties
hereto with references to the existing Charter and Ordinances of the City of Fort Worth and the laws of
the State of Texas with references to and governing all matters affecting this Contract, and the Contractor
agrees to fully comply with all the provisions of the same.
IN WITNESS THEREOF, the City of Fort Worth has caused this instrument to be signed in ~
counterparts in its name and on its behalf by the City Manager and attested by its Secretary, with the
corporate seal of the City of Fort Worth attached. The Contractor has executed this instrument through its
duly authorized officers in ~ counterparts with its corporate seal attached.
. . OCT 25 2011 Done m Fort Worth, Texas, this the __ day of A.D., 20!!:
APPROVAL RECOMMENDED:
.Wi~~,~.~r
Transportation Public Works
ATTEST:
Conatser Construction Tx, LP
PO Box 15448
Fort Worth, TX 76119
CONTRACTOR
TITLE
P .O . Box 15448
Fort Worth , TX 76119
ADDRESS
November 1960
Revised May 1986
Revised September 1992
CITY OF FORT WORTH
•
FERNANDO COST A , ASST CITY MANAGER
CITY SECRETARY ) fv\0\\11"'-( \--\eno\V\)C
(SE AL)
nAi-c C -2-5 24 L
I c:J . l-5"'. II
APPROVED AS TO FORM AND
LEGALITY:
OFFICIAL RECO RD
CITY SECRETARY
FT. WORTH, TX
Section 9
Addenda
CITY OF FORT WORTH
TRANSPORTATION AND PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
MILAM STORM DRAIN IMPROVEMENTS
Project No. 00482
RELEASE DATE: July 12, 2011
BIDS RECEIVED : July 14 , 2011
INFORMATION TO BIDDERS:
The Contract Documents for the above mentioned project are revised and amended as follows:
Bid Proposal Section:
1. Revisions have been made to Section 3.1, MWBE Special Instructions. Delete and
replace with the attached Section 3.1 MWBE Special Instruction.
2. Clarification has been made to Section 4.1, the Bid Proposal Signature Sheet. 240 days
has been replaced with 240 Calendar Days. Delete and Replace with the attached Section
4.1 Signature Page.
3. Revisions have been made to the Section 4.2, the Bid Proposal Section. Delete the Bid
Proposal Section 4.2 , and replace with the .attached Bid Proposal Section 4 .2.
4 . Revisions have been made to the Section 4.6, the List of Fittings. Delete the List of
Fittings 4.6, and replace with the attached List of Fittings 4.6 .
Plan Sheets
1. Plan Sheet 2 -General/ Utility Notes:
Remove and replace. Index Revised.
2. Plan Sheet 4 -Drainage Area Map:
Remove and replace. Drainage Area Map reissued with addition information in plan
view.
3. Plan Sheet 8 -Demo Plan 2 of 3:
Remove and replace. Shading added to identify demolition limits.
4. Plan Sheet 15-22 -Storm Plan & Profiles:
Remove and replace. Water line replacement information clarified and revised.
Pulverization and Overlay limits added to plan view.
5. Plan Sheet 24a.b,c -Intersection Improvements:
Page I of2
Remove and replace. Sheets reissued with revised paving limits.
6. Plan Sheet 25 -Sanitary Sewer P&P:
Insert . Sheet added for clarification.
7 . Plan Sheet 26&27 -Water Main Details:
Remove and replace. Sheets reissued, DIP added, lowering revised.
8. Plan Sheet 24b & 24d -Misc Details:
Remove and replace 24b, add 24d. Additional details added, SD-025 deleted.
9 . Plan Sheet 31-54 -Traffic Control Plan & Details:
Insert Traffic Control Plans & Details sheets .
Clarification
1. Curb and gutter shall be subsidiary to Inlets and Valley Gutter installations. No separate
pay item.
This Addendum shall be acknowledged.in Section 4 .1 -Bid Proposal Workbook. Failure to
acknowledge the receipt of Addenda could cause the subject bidder to be considered ''NON
RESPONSIVE", resulting in disqualification.
Page 2 of2
FORT WORTH -----.-----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 ,000 or more , the M/WBE goal is applicab le.
If the total dollar value of the contract is less than $25 ,000 , the M/WBE goa l is not applicable .
POLICY STATEMENT
It is the poli cy of the City of Fort Worth to ensure the full and equita ble participation by Minority and Wom en Bus iness
Enterprises (M /WB E) in the pro curement of all goods and services to the City on a contra ctual basis . All requirements
and regulations stated in the City 's current M inority and Women Business Ente rprise Ordin ance appl y to th is bid.
M/WBE PROJECT GOALS
The City's M/WBE goa l on th is project is ____ !~--% of the tota l bid (Base b id applies to Parks and Community Services).
COMPLIANCE TO BID SPECIFICATIONS
On City contracts of $25 ,000 or more , bidders are required to comply with the intent of the City's M/WBE Ordinance by
either of the following :
1. Meet or exceed the above stated M/WBE goal , or
2 . Good Faith Effort documentation , or ;
3 . Wa iver documentation , or ;
4. Joint Venture.
SUBMITTAL OF REQUIRED DOCUMENTATION
T he app li cab le documents must be received by the Manag in g Department , w it hin t he fo ll owing t imes allocated , in order
for t he entire bid to be considered respons ive to t he specifica tions . The Offeror shall deliver the MWBE documentation
l n person to the appropriate employee of the manag ing department and obtain a date/time receipt. Such receipt shall
pe evidence that the City received the documentation in the time allocated , A faxed copy will not be accepted .
1. Subcontracto r Utilization Form , if goal is rece ived by 5 :00 p.m ., fi ve (5) City bu s iness days aft er the bid
met or exceeded : opening date , exclusive of the bid opening date .
2 . Good Fa ith Effort and Subcontractor receive d by 5 :00 p.m ., fi ve (5) City business days after the bid
Utilization Form , if partic ipat ion is less t han ope ni ng date , exclusive of the bid opening date .
stated goal :
3. Good Faith Effort and Subcontracto r received by 5:00 p .m., fi ve (5) Ci ty business days after the bid
Utilization Form , if no M/WBE participation : opening date , exclusive of the bid opening date .
4. Prime Contractor Waive r Form , if you w ill received by 5 :00 p .m ., fi ve (5) City business days after the bid
perform all subcontracting /s upp li er work : opening date , exclusive of t he bid open ing date .
5. Joint Venture Form , if util ize a joint venture rece ived by 5 :00 p.m ., five (5) C ity bus iness days aft er the bid
to met or exc eed goal. opening date , exclusive of the bid open ing date.
FAILURE TO COMPLY WITH THE CITY 'S M/WBE ORDINANCE , WILL RESULT IN THE BID BEING CONSIDERED
NON-RESPONSIVE TO SPECIFICATIONS
Any questions, please contact the M/WBE Office at (817) 392-6104.
Rev. 11 /1/05
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 of5% is to become the property of the City of Fort Worth, Texas, in the event the contract and
bond or bonds are not executed and delivered within the time above set forth , as liquidated damages for
the delay and additional work caused thereby.
If as a requirement of this project, the undersigned bidder certifies that they have been furnished at least
one set of the General Contract Documents and General or Special Specifications for Projects, and that
they have thoroughly read and completely understand all the requirements and conditions of those
General Documents and the specific Contract Documents and appurtenant plans .
The undersigned assured that its employees and applicants for employment and those of any labor
organization, subcontractors , or employment agency in either furnishing or referring employee
applicants to the undersigned are not discriminated against as prohibited by the terms of City Ordinance
No. 7278 as amended by City Ordinance No . 7400.
The Bidder agrees to begin construction with ten (10) calendar days after issue of the work order and to
complete the contract within 240 calendar days after beginning construction as set forth in the written
work order to be furnished by the Owner.
(Check One Box and complete, as applicable)
0 The principal place of business of our company is in the State of
a. Nonresident bidders 1n the State of , our principal place of business , are
b.
required to be percent lower than resident bidders by state law . A copy of
the statute is attached .
Nonresident bidders in the State of
required to underbid resident bidders.
, our principal place of business , are not
0 The principal place of business of our company or our parent company or majority owner
is in the State of Texas .
Receipt is acknowledged of the following
addenda:
Addendum No. 1:
Addendum No. 2 :
Addendum No . 3:
Addendum No. 4:
Addendum No. 5 :
Addendum No . 6:
Respectfully submitted,
By:
Title:
Company:
Address :
Date :
-
C�t�/ �1 F�� YY�1 `11 Project Manager:
Project 00482 - STORM WATER UTILITIES, MILAM STORM DRAIN IMPROVEMENTS
Unit/Section: UNIT 1- Storm Water
CHAD SIMMONS. P.E.
Contractor Instructions:
Date
City Project #
Your Vendor Number
Your Company Name
Bid Items
Line Number
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
21
22
23
24
26
27
6/17/2011
482
CPMS Record Number
B I D-00080
BID-00082
BfD-00083
BID-00085
BID-00086
BID-00087
BID-00100
BID-00101
BID-00102
BID-00106
BID-00108
BID-00115
BID-00116
BID-00121
BID-00121
BID-00137
BID-00181
BID-00201
BID-00202
BID-00215
BID-00217
BID-00218
BID-00332
BID-00414
Material
ServiceCS
Concrete
Concrete
Concrete
Concrete
Concrete
ServiceCS
ServiceCS
ServiceCS
Concrete
Concrete
Concrete
ServiceCS
Other
Other
Veqetation
ServiceCS
ServiceCS
ServiceCS
Concrete
ServiceCS
Other
PVC
ServiceCS
Fill in green cells with your CFW Vendor ID, your Company Name and your bid amour
When your bid is complete, save and close, start Buzzsaw and Add your proposal to 1
folder with your Company Name within projecYs Bid Responses folders.
BID INCOMPLETE! This incomplete na:ice will disappear upon
completion of all green fields which are required before submitting
the bid
Description
Pipe -- Remove
Pipe-24 Inch-CL III -- Install
Pipe-30 Inch-CL III -- Install
Pipe-36 Inch-CL III — Install
Pipe-42 Inch-CL III — Install
Pipe-48 Inch-CL III � Install
Storm Water Pollution Prevention Plan > Than 1 Ac SWPPP — Insfall
Unclassified Trench Excavation & Backfifl -- Install
Inlet — Remove
Inlet-Inline-10 Ft � Install (Includinq local depression and adlacent curb & qutter re�
Inlet-Inline-20 Ft � Install (Includinq local depression and adlacent curb & qutter re
Manhole -- Install
Manhole — Remove
Miscellaneous -- Install (Concrete Collar)
Miscellaneous — Install (Trench Safety-per linear foot)
Grass-Sod — Install
Traffic Control -- Install
Inspection-Post Construction Cleanina & TV — Studv
Inspection-Preconstruction Cleaniny� & TV � Studv
Manhole-Std 5 Ft Diam-(to 6 Ft Depth) — Install
Manhole-Vacuum Test — Services
Manhole-Watertiqht Insert � Install
Pipe-Sewer-8 Inch (All Depthsl — Install
Utilitv Adiustment — Repair
Unit of
Measure
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Linear Foot
Lump Sum
Cubic Yard
Each
Each
Each
Each
Each
Each
Each
Square Yard
Lump Sum
Linear Foot
Linear Foot
Each
Each
Each
Linear Foot
Lump Sum
Quantity
2818.00
450.00
342.00
94.00
512.00
939.00
1.00
3658.00
10.00
14.00
8.00
6.00
6.00
6.00
2976.00
1040.00
1.00
67.00
67.00
2.00
2.00
2.00
67.00
1.00
Your
Unit
Price
$10, 000.00
Your Bid
$o.00
�o.00
$o.00
�o.00
$o.00
$o.00
$o.00
$o.00
$o.00
$o.00
$o.00
$o.00
$o.00
$o.00
�o.00
$o.00
$o.00
$o.00
$o.oa
$o.00
$o.00
$o.oa
$o.00
$10, 000. 00
Bid Items
Line Number
28
29
30
31
32
33
34
35
36
37
38
39
40A
40B
42
43
44
45
46
47
48
49
50
51
52
CPMS Record Number
BID-00442
BID-00443
BID-00444
BID-00447
BID-00454
BID-00473
BID-00474
BID-00504
BID-00543
BID-00544
B I D-00568
BID-00616
BID-00617
BID-Q0618
BID-00745
BID-00749
BID-00768
BID-00837
BID-00839
BID-00847
BID-00849
BID-00884
BID-00919
BID-01120
BID-01287
Material
Asphalt
Asphalt
Asphalt
Asphalt
ServiceCS
Concrete
5erviceCS
Steel
Soil
Cement
Iron
PVC
Iron
PVC
I ron
Iron
Steel
Concrete
Concrete
ServiceCS
ServiceCS
Concrete
Concrete
Cement
Concrete
Description
Pavement-2 Inch HMAC on 6 Inch Flex Base-Temporary - In�tall
Pavement-2 Inch Min HMAC on 2/27 Concrete Base - fnstall
Pavement-2 Inch Min HMAC Replacement on Existinp Base -- Install
Pavement-2 Inch-Surface Course-Tvpe D Mix - Install
Pavement-8 Inch-Pulverization - Rehab
Pavement-Vallev Gutter - Install
Pavement-Valley Gutter - Remove
Sipn-Proiect Desiqnation - Install
Fill Material-Borrow - Install
Fill Material-Flowable Fill - Install
Pipe Fittinqs- < Than 16 Inch DI Pipe - Install
Pipe-Pressure-6 Inch -- Instalt
Pipe-Pressure-8 Inch - Install
Piae-Pressure-8 Inch - Install
Valve-6 Inch-Gate Valve w/Box - Install
Valve-8 Inch-Gate Valve w/Box - Install
Water Service-2 Inch-Temporary ~ Install
Concrete-Type B - Install
Concrete-Tvpe E - Install
Valve Box-Adlustment � Services
Manhole-Adiustment -- Services
Box Culvert-7 Ft x 4 Ft � Install
Pipe-54 Inch-Class III � Install
Pavement-Cement Modification-26 Ib/sv -- Install
Junction Box - Install
Unit of
Measure
Snuare Foot
SniiarP �oot
Sauare Foot
�nia�,�P Yard
Sauare Yard
SauarP Yard
Sauare Yard
Each
Cubic Yard
Cubic Yard
Ton
Linear Foot
Linear Foot
Linear Foot
Each
Each
Lump Sum
Cubic Yard
Cubic Yard
Each
Each
Linear Foot
Linear Foot
Ton
Cubic Yard
Quantity
18552.00
4203.00
2141.00
5590.00
5590.00
330.00
232.00
2.00
100.00
24.00
7.00
15.00
767.00
374.00
3.00
10.00
1.00
20.00
20.00
8.00
13.00
269.00
369.00
75.00
10.00
Total Bid This Unit
Your
Unit
Price
$350.00
�
,.::� ,
Your Bid
$o.00
�o.00
$o.00
$o.00
$o.00
$o.00
$o.00
$700.00
$o.00
$o.00
$o.00
$o.00
$o.00
$c.00
$o.00
$o.00
$o.00
$o.ao
$o.00
$o.00
go.oa
$o.00
$o.00
$o.00
$o.00
$10, 700. 00
LIST OF CUDI FITTINGS
For Project: MILAM STORM DRAIN IMPROVEMENTS
CITY PROJECT NO. 00482
ADD OR SUSTRACT FOR THE FOLLOWING
INSTALLATION.
TYPE
� Tee
�
I Cross
�
I Reducer
�
� MJ Solid Sleeve
(
MJ Solid Sleeve
I 45 Degree Bend
�
I 45 Degree Bend
�
SIZE
8"x 6"
g�,X g>,
8"x 6"
6"
g»
g�,
6"
INCLUDING
�TY WEIGHT TOTAL W'�' COST
3
3
12
12
7
58
1
Contractor shall fill in blanks for "Weight", "Total Wt" and "Cost" as a part of the bid. Contractor is responsible
for correct quantity total of all fittings and specials.
�
0
c
�
�
�—
�
<
0
�
0
a
Q
x
�
m
� B
�
�
0
SHEET NUMBER
1
2
2a
3
3a
4
5-6
7-9
10-14
15-19
20
21
22
23a-23b
24a-24c
25
26-27
28a-28c
29-30
31-54
1
SHEET INDEX
DESCRIPTION
COVER SHEET
INDEX OF SHEETS
GENERAL/UTI�ITY NOTES
PROJECT LAYOUT AND CONTROL DATA
OVERALL WATER LAYOUT
DRAINAGE AREA MAP
INLE I /HYQRAULIC CALCULATIONS
DEMOLITION PLANS
SUE PLANS
STORM DRAIN PLAN & PROFILE LINE A
STORM DRAIN PLAN & PROFILE LINE B
STORM DRAIN PLAN & PROFILE LINE C, D, E& F
STORM DRAIN PLAN & PROFII.E LINE G& H
LATERALS PROFILES
INTERSEC IION IMPROVEMENTS P�ANS
SANITARY SEWER PLAN & PROFILE
WATER MAIN LOWERING DETAILS
MISCELLANEOUS DETAIL SHEETS
TXDOT DETAIL SHEETS
TRAFFIC CONTROL PLANS & DETAI�S
3
4
J
;-�E�OF �TF4i
� <P ........... . :'�.q �r
� .
�,�'f� � `.J`��
. � ' �
�..'. •' ......................?..:.§
� RG CREWS i
�i�••, 98131 ...��'
I���� �`��!CEN?�_'� {`,�'�'
1,1j �����'::: `'�
THE SEAL APPEARING ON THIS
DOCUMENT WAS AUTHORIZED BY
GREG CREWS, P.E. 9B131
ON 07/12/2011
I �
IQ i07/07�� AO�ENDt1M N0. 1 REISSUED THIS SHEET
I i I
I ORTWOR CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBIIC WORKS DEPT.
ENGINEERING DIVISION
I 2009 CAPITAL IMPROVEMENT PROJECT
(COUNG� DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
IGENERAL / UTILITY NOTES
AECOM TEGHNICALSERVICES,INC
w-�� 120a SUMMIT AVENUE, SUITE sao
0= FORT WORTH, TEXAS 767a2
WNNJ AECOM.COM
TBPE REG NO. F-3580
I u�n FN/-WATER s��b N/A � o�m JU�Y, 2011
I���g�� RA .�cno�kw GB Pm�oclNo 60183231
I -.. . ._- - ...---.__ . __ __.
o���.,�. RA ncv�o�m GC sna�r Q oi
RGC
1 � � 4
-.. e. � . --- . . . _ _ - - - . .�. -'- - � -- -- - - -
!! �t � � -� � , , r...i '� � � . � �F . � '�}�:x.r.� < � f''w t;
�� 3 ��y � *�, � � � "' ��'�" � ,�. �� ��� v`�' uvp�,+ a�� , t"-
r
� ` x�l�" " • ' . � ' _ , �� :: !. "J'• " ' r � »1
-'� � q� 't � '. aR - ; n .� �� '��? ! � � � � '�, �
^ t � � �r _ . i' ���� � � r
`� - ��._ . . � . 1 \. . . � �` i •�-'�+f' ' � 4 .,�
� � _ r���.r- �• . . _ . . � _ '���� .. .. . '�' �'`'�'.t.� w� �>,`�� _,� '� .
tr �� � " - � � V_ [ . . S �J � • • � rII� ��i�� r- ��i, r r� .
� de ��i.� 4+ K4sF� , � � I i������^Y���.T'
D� •. � '` .._.. •--.. .. _.._..-.. �.. _..-.. ^ ' . . �
ML2 MEADOWBROOK OFFSITE I � ,
' i .
* -.-� �: � � " . �' ,'� • , OFFSITE MEADOWBROOK WEST ML1 MEADOWBROOK � - -
1 �' �..�_....� _. ` M L3 R B 3 EA ST
�� .�Ih' �V � : -� � �- INHOOD � •� y��°•'1�.�
+fi:'� j � . � t , �' T ' 4@ � � �t� �
��' 'k� � ��-;,t. � : `� w`� RB1 RB2 ta,+`'• �
J� �. . I .. �� �`�� O f r
� .�.. , �, ,.� _ . . -- R B 2 A ,.;;.; :� b r�
c
�: �
� �K�
¢
� ��+
Q ���.
o�
a �
� ��, R
� !�
m B
o �
>
Q ' S.
h
5
3
a
0
U
N
w � �'l J �'�
_ ��t'�"-�:� �
U
O
U
�
�
5
3
0
oA
�
0
3
�
0
0
�
U
0
�
f
�
w
z'
�}, Y 111�xi�
A" ^•t _ ��. . �.
�
I Drainage prea
Area
I (ac)
� (vt1 0.422
�M2 0.353
�tvL3 0.071
�fvL4 0249
� �vLS , 0.654
� �vL6 1.023
�tvL7 0.279
tvt8 1.301
�vt9 0.459
�vL10 0.366
IvL10A 0.449
tiL108 0.591
fvL11 0298
�vL11A 1.411
�vL118 0.595
tvLt2 3.037
RBt 1.352
NRt 1.545
C
0.55
0.55
0,55
0.55
0.55
0.55
0.55
0.565
0.567
a.ss
0.59
0.59
0.59
0.59
0.59
0.59
0.55
0.59
�, M L4 � � � , �. ,... �'"'}
llf t; �
-► . . ,�� W E LL �--- . � •- s
�" ML5 � ���.. '.
' �: �� r� � R JL2 � JLl .. � , �, � : ._ ,-, r
RUNOFF CCM �UTATIONS
Tc I 5yr I 100yr Q Syr Q 100yr �ainage qrea
Area
(min) (inlhr) (inlhr) (cfs) (cfs) (ac)
15.00 4.86 7.98 1.13 1.85 NR2 4.208
15.00 4.86 7.98 0.94 1.55 tJR3 1.329
15.00 4.86 7.98 0.19 0.31 NR4 3.972
15.00 4.86 7.98 O.6fi 1.09 GLt 0.8fifi
15.00 4.86 7.98 1.75 2.87 GL2 1.867
15.00 4.86 7.98 2.74 4.49 GL3 2.849
15.00 4.86 7.98 0.75 1.22 GL4 2.584
15.00 4.86 7.98 3.57 5.86 VNt 2.351
15.00 4.86 7.98 1.27 2.08 VN2 1.062
15.00 4.86 � 7.98 1.05 172 VN3 0777
15.00 4.86 7.98 1.2g 2.11 VN4 2.402
15.00 4.86 7.98 1.69 2.78 F282 2.391
15.00 4.86 7.98 0.86 1.40 R82A 5277
15.00 4.86 7.98 4.05 6.64 R83 0.060
15.00 4.86 7.98 . 1.71 2.80 JU 1.171
15.00 4.86 7.98 8.71 14.29 JL2 5.585
15.00 4.86 7.98 3.62 5.93 Fff1 4.917
15.00 4.86 7.98 4.43 727 Fff2 1296
C
0.59
OS9
0.59
0.59
0.59
0.59
0.59
0.59
0.59
0.59
0.59
0.55
0.55
0.55
0.55
0.55
0.562
0.55
4 -. -
:y ..
* � L
aR' . ��s �,fr.� _3' � .
. dj'' �, � 1 � �. -. _•� e
.� 1�7�M., 1
��' y
,t �
' M �,. �, r y ` � .
.. �.� _ •�.�j�i{+e �i�,'�'1�R"i�.. „rt
: �+
��` � i
:, , � r '�4r �i i�'�. ' � x✓ ► �r ' �t
N R 3 . �� � , � _�'•`-"�t� '.
'� � t :��'-� � . .
�Y
_��� •
�I "+ � _.
f � -
. �'- . �' �` ` ti
� �
_� � .. �� � -+.-'� � � • �
i � .. �+ P� f +'� • s .' � . -
, �T
}�Y � • � . '~''„r''-'1� t`t6�t . �'.` ��r � :
a �f '��
v�;�i �jz.� _. d� -s f f 1��
` !� �
�
� �";: �F� - .
��iy ti� �Tf ; ���j
4.� y {� �..` t '�
�;/ , , � y O �.'- 1 . t .,,
s +IC ' a
M S��'` e�. „ � i M
$
1� ' r-�r�' 3T
� �� �� ��. ���
Tc I Syr I 100yr Q 5yr Q 100yr
(min) (inlhr) (inlhr) (cfs) (cfs)
15.00 4.86 7.98 12.07 19.80
15.00 4.86 7.98 3.81 6.25
15.00 4.86 7.98 11.39 18.69
15.00 4.86 7.98 2.48 4.08 �
15.00 4.86 7.98 5.35 8.79
15.00 4.86 7.98 8.17 13.47
15.00 4.86 7.98 7.41 12.16
15.00 4.86 7.98 6.74 11.06
15.00 4.86 7.98 3.05 5.00
15.00 4.86 7.98 2.23 3.66
15.00 4.86 7.98 6.89 11.30
15.00 4.86 7.98 6.39 10.49
15.00 4.86 7.98 14.11 23.15
75.00 4.86 7.98 0.16 026
15.00 4.86 7.98 3.13 5.14
15.00 4.86 7.98 14.93 24.50
15.00 4.86 7.98 13.44 22.05
15.00 4.86 7.98 � 3.47 5.69
0
�
S�.A,_t iN E��i
� � �
o zoo aoa
NOIES
.. JFFSITE MEADOhBR00K cAST AND WEST
ORANAGE AREAS DR4iN TO �TERSECTION OF
MEADOWBROOK AND �IILA41 F�C TIE IN'0 THE
�XISTING �TORN DRAIN SYST�M. FOR THIS
PROJEC' i i NIAS ASSU,bIE`J TNA �. THES` OFFSIT�
AREAS WOULD 5E CON�/EYE7 TC MARTHA LA�=
CHP.NNEL VIA SEPA�4ATE (FUTURF) DRAINFGE
iMPP,OVEMENTS.
i_.ceno
RB3 DRAINAGE AREA
� FL0�4 ARROW
WATERSHED BCUNDARY
_ .. _ C=FSI'E DRAINAGE 60UNDAP.Y
�iE`����,
OF Tf����
. h�P: •'�'..?y���,
: •4
'�' -�:
�... ... R:G. CREWS... i
�� 98131 :��
��4�4� icEt+sEc6',�"=
1�� ��. �
THE SEAL APPEARING ON THIS
❑OCUMENT WAS AUTH�RIZED 8Y
GREG CREWS, P.E. 98131
ON 07/12/2011
ORTWOR CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPT.
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
DRAINAGE AREA MAP
AECOM TECHNICALSERVICES,INC.
��0� �WWW qECOM COMS 6UI�ZE 6aa
TBPE REG. NO. F-3580
umi FTW-WATER I s��m. �"=zao' � o�m: JULY, 2011
oa��u��w: Cp cna�koa. NB P�oio���a- 60183231
o���.�,. GB noa�a.m�, GC sna�r. 4 oi
�
C
�
6
v
�
n
tii
ti
�
ti
�
�
2
m B
w
a
m
S
3
0
t�- —
w
�
q
¢
$
�
��
�
oA
�
�
0
3
�
0
0
�
U
�
N
❑
�
�
ui
�
�
W
..........___..._ ,
,
G
3
4
� � � �" �
WC �
Gm - ., � , � . . (J,f . , :; , �y
� _ . W ; �m
�F CL ' ��
- F—
� J o$
J
LLI
�
W
7
�
�. LLJ
t� �rt • �o� lj,�
}._. � �_ � � ; , � q T
W ,. � � CO
_ ¢.. —
�'' c
— —_
W- _ , ;,� -- —� —, --W
N C
= REMOVE Jt/NCTION BOX �
i/�
W ��.�� � � �,�Kw� �, �.r- w �� .a�__ �-�. � �,._„r.yr.v �a� yr , �.� �. ���� . �a � �m�w� ,�� �t., r,�; x � ..�. � �u. � � W ._,, � v;� ,,���� ����� �� !�
r a
2 ..�.;�. .. _ ��.✓�� � ...., � . . .r. .�.: f ' r"
,.._. _,w .� ,._r.r�.,..�.,.� �._ �' ,A..,R.�_ � .A..,..�...a'�'�. � .�„°- �..e,.�.� �=��..w.-�,-,�,. � �: �"'".�^.' ✓: .. �„��:�:. �.,_�., .,...,u, ._- ..� �..x.., ... �, .- ,w .,.�. .., .,v ,.� � -xi:.:a-'���',- --�-
� MILAM STREET ��µ �Va � ��'
f W
� _ � �, , _ .�,�._ �� �
. _ , � �. _ k r- �
_ � _ � __ _ ` ' _ _ _ .�_ . , _ , -
_ ._.. .. _ . . '_ „- . - _ ... . - ,. , . .�_� ",_ _ , ,.. ._.. �- _�_ _
U ' .__ .... _ � ._ _ ,; N'_ _
... . _ : _ . . . . _,. . _ .
� . .. _ __ . _ _ .. _. � .. _ . ' ' _',� ' ,. __ _' ` ' x _ .
Qc .. . . . .. . . � W �
C Q
v c
G
REMOVE LATER4L5 70 FIRS7 JOINT �
5
��-- _ -��
SCALE IN F�E?
� 2a 4C
W
O
�
,W z• �""' m •" 0. /�REMDVE,IUNCTIONBOX
r �`� Q �
_ '. ' �.... ..._....
� . . . :.. .. . .. _ . .. . . _ _ . _ _ _ . . � �
� -
Q ,�:, �.x- .�'a...::; a- x'1. .`.',.��' '�"� " .. �.... � M-r . -'� ....; .. �:,v r � � � .
._ : , :. � ..- �..-��; .�°,. a.� ��.,:� ;w': �..�,
� ;a�c�v5` vu,,� �, r>. :�.ar?.,. _e .io-.✓t¢�,„ _ �s���.S_ ��.=r,ss ,'� �r � , ,?r,n�.wt,s'�
� , .r , . t,�..._ ., �., _.
W 1��°n " °'cj
Z. . _ .. . . .. � l, \ .�.._ , .. . _
c�. -
J � . �>�_ ..__.__ � . .._.. . . . . _- . _ , . .� . . .
_ y
� ° °-- _ . � . � � � � � r---o-
¢ � \\\\y
� �� ` REMOVEIATERAL5T0 FIRSTJOINT
� W �
W
�
F-
�
�
W
O
�
S
�
_
IEGEN�
EXIS7ING S70RM PtAE 70 REMAIM
�--- �-� EXISTING STORM PIPE TO 8E REMOVED
� -- -� � - - � - - � EXISTING S70RM PIPE TO GROUT
FILLED AND ABANI?DNE�
�___ �
F-
W
_ _ , . W
_
,., ,�^:a�. �, .u:.��.^�,:���s�'���� . . �j,�
Z
C
� ', = U
--�c . ,.. .. �—.--a= Q
C
-�iE��F `If�h
� h1P: . ...... .. ,fiq ���
:::� � '':;i
:•.S �
�... � ................... .. _... i
� R.G. CREWS i
��98137..... �
� p ��
//��h�� q� Et?'>=
iHE SEAC APPEARING ON THIS
OOCUMENT WAS AUTHORIZE� BY
GREG CREthS, P.E. 98731
oN o�/i2/zott
i
�
I ORTWO CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS �EPT
_ ENGMEERMG �IVISION
2D09 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWA?ER UTILITY DRAINAGE IMPROVEMENTS
DEMOLITION PIAN
SHEET 2 OF 3
��0� AECOM TECHNICAL SERVIGES, INC
1200 SUMMi7 AVENUE, SU1TE 800
FORT WORTH, TEXAS )6102
W`MN AECOM COM
TBPE REG NO F-358a
u��i_ FTW-WATER s�,w HOR:1'=20' o,m JULY,2011
��>��^^� CD cna�k�n NB P�o�o��rvo, 60183231
� o,,,m GB ApOmvod GC � snPor 8 0�
i
�
I
i
�
D
�i
Q
v
�
�
W
<
0
0
a
O
_
ms
W
a
�
5
3
0
m
h
w
_
y
U
Q
$
�
5
�
U
oA
2
�
3
�
z
0
0
�
U
�
�
�
�
�
W
1
. �
/ _�
�
�+04,50 STORM UNE A ��61,36 STORM LINE A 16' L v 3+87.57 STORM LINE A(74'L) _ �t� � 8" PVC C900 q+53.27 STORM LINE A=
- XISTING INLET MLZ � 0+00.00 LATERAL ML4
� EXISTING 9'z9' JUNC710N BOX TO REMAIN TOI REMAIN �ET ML3 � /� `�' � _ — 0 INSTA�L 54"n24" 60' WYE
' 1+59.76 STORM LINE A - „ ��',D' � �
� ' EGIN STORM OR41N IMPROVEMENTS 3+g3.13 STORM IJNE A : '�
{� CONNECT21"LATERAL ' - �
- � t� CONNECT TO EXISTING 1'x4' RCBC _ . CONSTRUCT - +
� ' � CONCRETE COLL4R '
- -0 -0 � � �--'�-�- � � ; � 4+6127 STORM L1NE A =
� � , � , � - � ' _ � ._ - ' , ; _ � P OP - � � � - - � Nsini� sa xz� ao �wre
� � �,.-
,,
_ _ ��
_. _ R
_— __ �- LAT M 3 _
369.27
, 26435 - S00°59'42"E o
STORM LINE A PROPOSED 7'x4' RCBC n.nr 24' RCP
1 t. sorn�az��e ,,,,, z.�� F}_� W
_, _. _ _ ' �— _ _ - --Z
- �- octante�zurun wqitnurvt / '-�
� INFORMATION '
-. - � � -i " - � � PULVERI2EANDOVERLAYLIMITS �%
. 7+60.71 STORM L WE A(15' R1
� � ' ' EXISTING WLET ML1 �I'��
�� ' ' TO REMAIN / ; '
� ' - - ' - 4+73.31 STORM �INE A (42.75' R1= / I
��-' Y� • �..-�� , 0+45.88LATERA�RB1 ��
' INSTALLSTAN�ARO20'WLET
" � Q �' 1+50.00 STORM LINE A
� Q ��� ' BEGIN PUWERI2E AND OVERLAY (POL) � /�
�,w
�' � � �
��
��
Q
W
� .—.—.—.—p ..
WARNWG !!1
OVERHEAD UTILITY LINES
�
1
0
m
Z
q0
610 �
��
o -m4'`
ai (7
��
�
ZXU
�mU
<p0"v
:��-
��'Wi
�x a
N�WWLL
m =
mo�zr
�ma°�
WARNING !!!
6OO � OVERHEAD UTILITY LIIJES
—� ____ .. ..... .....
STORM LINE A
���`�VVI/'vZ ��
WARNING !!! 7
GlERHEAO UTIUTY LWES �
V S�
'� 4
. ............ . _..__. ..
o ; _J-
� m i = �
w �y
J � gm
O Gm
� S,HFET 20 FOR WATERLINE "� , �. � _ = g
c � . . . W
IN ORMATION W �, C � : - 8§ q+65 .�!$TORM LINE A(15.10' L1=
�� � I ]
� oa _ - � 0+1�48LATERAI.ML4
PUIVERIZE AN� OVERLAY LIY1E(S - ,� O I _ INSTALL STANDARD 70' INLET
�, � "INSTALL
�\\\ LAT. ML5 J pROP. 24° RCP
I � ' '� . " �- ---- - - � :�
_. r � �_ � ._ __
' :.": , ,.., . _ .-_._ ,.,_ , .. �. Q
TRANSITION PIECE �
SEE NOTE 4
- ��� � - � 4+71.73 STORM LINE A (14.90' R) _
0+00.00 STORM I1NE B= o+11.t4 LATER4L ML5
�j O+p0.00LATERALRBi INSiALLSTANDARD20'WLET
� CONSTftUCT MANHOLE (fYPE C-t
W ON 7'X4' RCBC
QPROP. 24" RCP
�
�
�
_
Z
m
�
�
y
w
U
K � W Wr
<mry ¢V 4m�� V Q�� 6�i
Ws�, � WWma � W�o W�•
��~ �� �'�� '� �<` ���
�(� � �U1-
Oi-W.�uS O� OOF�jV� O�• OF�
w5� mo �m5��,. v,5� v�g�
�oZ �m N$SZ"Z "o= ry8�
. N � N
M�c�i <� t,�oo°o� .*pa_ <03
_..__ .. _ _. _ . .
_\ ... . __.� � .
i
EXISTING SURFACE - � - �
_
-- ��� - RIM=602.71
,.,.... ... , ....._ ......__ �
- � � 8' WATER LINE ---�-�.Q
- _. ' � ELEV. U�(NOWN "'��
� -" 10�YR HGL !
_
._ _._ -- �-- --- ' /
�� � _.�
7k4' RCBG a7� SP�=
� ( O,w = 268.03 ds
�-21" EX. FL. 589.68 (E) V =11.52 Ns
EXISTINGPIPETOR�IN Z��EX.F1.589.68(V�
18" SANITARY LINE � ^ -
EI.EV. APPROX. 586.80 J
w --
Ww
z
�3
58� zi�wz �o
m$ �P .. .___
�m
LL LL LL LL h LL h N
u��iu�u� W
'_ ,_,�_
_" _,�—
'" ' . __' _ _ __ . . ... �_
. ...- 4' GAS � --
LEV_ IJNKNOWN
590 EXISi1NG RCBC
TO REMAIN \ �'�-
, , ; �C "_ -- � \
1+00
2+00
� �
2' MIN
STA 4+25.54 �
PROF]SED B"
WATi2LINE REL�CATION
ELE/:591.45
W
o Bi >. mo o G
' o�N N m N
LL LL
3+00 4+00
Q�u = 76fi.72 cFs
v = 123'I R!s
........ . . _ _ _. _.
e3 W .�
� � �m�� m
°p�n' m � v°ii u°'i v°ii �
LLti�i u� a�
610
O
p 600
O
-F�
�
�
�
W
z
J
_
� 590
QC
C
580
�
5+��
b
�i - -
SCALE IN E%T
1 ��
0 20 40
NOTES
1. ALL RCP SHALL BE CLASS III UNLE55 OTHERWISE
NOTED
2. ALL STORM DRAIN.IOINTS SHALL BE FULLY GROUTED
THROUGH ALL CURVES UNLESS RA�IAL PIPE IS
PROVIDED.
3. PIPE INSTALIATION AND ROADWAY REPAIR SHALL BE
COMPLEfED IN ACCORDANCE WITH COFW STANDARD
�ETAIL STR-028.
4. TR4NSITION PIECE TO BE INSTALLED WITH REBAR
SIMILAR IN 512E AND SPACING TO TX4' RCBC, AND
SHALL BE INSTALLEO PER MANUFACTURES
RECOMMENDATIONS
�
�O....�,
F ��
' �Pt�;........ Tfk'�i
.: �if' _A.,. .H�,�4i
. , . �.
. .
.�i
_. _... �
.R.G. CREWS
� .. ...98131 ..... y
'/��i��(!CEN`��,�.'�' ���5
h������:�-
-! THE SEAL APPEARING ON THIS
DOCUMENT WAS AUTHORI2ED BY
GREG CREYS, P.E. 98131
ON 07/72/2011
� �
IQ b7/07IA�DENDUM N0. i REVISEO WATER LINE k PVMi INFO RGC
�
I ORTWO CITY OF FORT WORTH, TEXAS
7RANSPORTATION AND PUBLIC WORKS �EP7
ENGINEERING DIVISION
2009 CAPITAL �MPROVEMENT PROJECT
(COUNCI� DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
STORM PLAN AND PROFILE
MI�AM STREET - SHEET 1 OF 5
AECOM TECHNICAL SERVICES, INC.
��0� 1200 SUMMIT AVENUE, SUITE 600
fORTWOft7H,TEXAS 7fi102
WNNJ.AECOM.COM
TBPE REG. N0. F-3580
HOR: 1"= 20'
wn FfW-WATER s�mo o,m JULY, 2011
VER. i"=4'
oos�m�oa CD � cea�x«i NB I a�aionno 60183231
����++� GB � Aoa�o�oa GG I snooi 15 0� 30
�
C
�
6
N
O
�
w
�
<
0
N
O
a
�
�
ma
>
�
g
3
0
0
�-
w
x
�
U
U
�
�
�i
oA
_
�
0
3
�
z
0
0
�
U
O
�
f
W
�
w
1
Y
WARNING !!!
OVERHEAD UTILITY LINES
;S
w�', -_ _ !� ~
" W
�a � 7+fi2.37 5T0 M IINE A(36,46' L) W
�� EN� WATE INE [C
_ CONSTRUCTION F—
„ INSTALL fn
t-6" MJ SOLID SLEEVE J
i-e'x6' REDUCER J
NORTHMG =�1331 es _ j
EASTING=30p0077 ]
7+62.15 STORM LWE A(23.73 Ll
INSTALL
O i-e" GATE VAIVE E BOX
� NORTHING = 2133t 87
� EASTING = 29988.04 g r
O � o- � �_�_, REMOVEIREPLACE6"WATERLWE " /J
'F , . WITH e" WATER LINE. SEE SHEET ��
� - - , ; 2b FOR ADDITIONAI. DETAIL
, � .- .,_ .. . �.
�,�o STORM LINE A s+oo PROPOSED 54" RCP �.aa so s9ar�e e �iPLL /
z— — _ _r _ — TI.— _ _� _ — -T— __ — /
PULVERIZE AND OVERLAY
� M�LAM STREET �— CL,STORM LINE A u""TS
.. . ..._'_ ,...____. _
U ...� � . '_ _ _ , -� =_ _ - . � �.- ___ _�__. .'„
I- - - - - _ � r
� . . � � . � � - -0 � � � ^ 1, 7 61.31 STORM LINE A (25 90' Rl /�
INSTALL
- . 1-e" GATE VA�VE 8 BOX
- NORTHING = 21331.02
EASTING = 2993E.41
7+b1.19 STORM LINE A`32.92' R`
BEGIN WATER LINE CONSTRUCT�ON
INSTALL.
1-6" MJ SOLID SIEEVE �
1-e'k6" RE�UCER �
NORTHING = 21331.80
EASTING= 29937.3870
STORM LINE A
`
!�
_ /i
4
�o
8�
8+07,62 STORM LINE A f15' lt
EXISTING INLET ML7 �� ��
TO REMAIN
7+geS5 STORM LINE A
/CONSTPyCT 6'x6' S4UARE MANHOLE (SD-008)
CONNEQTTO EXISTING LATERALS ML6 8 ML7
/ �o- O
c � : ' O
�:� -.__ --_ �.:. � '= ' -°- �
� � . , . . , '_'_ . _ . _' ' . ._ . ,},
PROPOSED 48" RCP soo?ss z^E <�
— � �
�
W
. , __ ____ ._. , ..- __....-.--: Z
_ _ '-. .-:.:_ __ _
. � _ �
_ - � - ,- --�v-�= J
soo �
LA7ER4lMA 6 - U
�'' CONNEC7 Tb EXISTING 24" L4TERAL ;. � �"
- , CONSTRUCT CONCRETECOLL4R Q
�
8+05.02 STORM LINE A f15' RI
EXISTING INLET ML6
TO REMAIN
Q�
n y �¢
w
620 - � � � f 4 _ 620
�W ��W
0� OVO
�y ���
WARNING �!! o��u „N"',�w
(1VFRHFAf1 IITII ITY I INFG +W �+^'\�
L,?'��^���\� ` n ^ ^' _ _ _ . . _ - .._
3'GAS .__ _. ._. __�
EIEV UNKNOWN ��--
_. _._
• �i V � _
O_ .. __.__ -._. 1 _
610 0 _ -- _ o
' r-EXISTINGSURFACE -- � " R�M=672.63 0 610
. ..... .. _ _ _ _
__ . __- - __ __-__
� _ O
} . _. � -- � � EXIST 6" WA7ERLINE " �,_ �— — +
�% . - --- - ��� � � ELEV. UNKNOWN �� ._.-- � ' �
Q ._. _ __ . _ __ - . ... � —��� ��-
� _.. - - � - t00YR HGL ____�. �
� ._ ._ _ . ._.-� __� —'_- �-
Z � � --'-- """__ -- "��� . _ . . 48" RCP F.il 0.50 h __ . _ . _ . . __ W
�_ ---- _� Z
J______ ------ ---_'_
_ ,�- —'""- 2' MIN Q�m a 13.00 fVs� �
soo � � 2 �L � soo
Q 54^ RCP STA. 7+61.57 Q
� PROPOSEO 8"
q,� = iss.�z � >'
v =tz.�irus W
w .-.
WW
z
�3
zo
590 ��
n
�m
N � U�
�J+�O
m �j
6tQQ
WATERLINE RELOCATION
ElEV:600.00
..... ., ,., ......
O m
b �
%'}��
2 Viw�
n N � N H N
b m � � � �
J �1 �I �I
$+00
�
l��l��
m �
N
9+00
J
-�"'� � —'�e+�'-
SCA�E iN fEET
O�� I
NOTES
7. ALL RCP SHA�L BE CLASS III LINLESS OTHERWISE
NOTED
2. ALL STORSI DRAIN JOINTS SHALL BE FULLY GftOUTED
THROUGH ALL CURVES UNLESS RADIAL PIPE IS
PROVIDED
3 PIPE INSTALLATION AND ROADWAY REPAIR SHALlBE
COMPLETED IN ACCORDANCE WITH COFW STANDARD
DETAIL STR-028
�
p„
� S�PSE`� Tf�9.nr
: . 6
�.: '..��
:'' �''i
i R.G CREWS �
¢.._....... 98 7 37 ....... ...�
4�h" `�� ��E�s�� ��'�%
���4i��' E�'
THE SEAL APPEARING ON THIS
DOCUMENT WAS AUTHORIZED BY
GREG CREWS, P.E. 98731
ON 07/12/201t
I � I
I� 07/0]I AODENDUM N0. 1 REVISE� WATER LINE & PVMT INFO RGC
�
I ORTWOR CITY OF FORT WORTH, TEXAS
TR4NSPORTATION AND PUBLIC WORKS OEPT.
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCI� DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
STORM PLAN AND PROFILE
MILAM STREET - SHEET 2 OF 5
AECOM TECHNICAL SERVICES, INC
��0� FW WW pECOM COMS � 1�p2E 600
TBPE REG. NO. F-35B0
wn FTYV-WATER ��,io H�R' �-Za ( o�m JULY, 2011
s VER:1"=4'
�=�a�� CD cn«k�a N8 � Pro�oc�No 60183231
Dravm GB APProved (�jC � S�ool js ol
0
0
C
�
<
v
�
w
a
❑
�
0
a
�
x
m' B
W
a
h
g
2
"• 10+87.3BSTORMJ.WF�q g� q5'J � �
OVERHEAD UTI�ITY LWES ENDWATERLINECONs�ktlCff�N � 1 , �
t-6" MJ SOLID SLEEVE �j .
1-e'k6" REDUCER ' '
waRNiNc ���
'� 4
WARNING !!!
OVERHEAD UTILITY LINES
NORTHING = 210t3.03 ' O
EASTING = 30013.09 ' O
�
10+81.40 STORM IiNE A(25.62' L) � SEE SHEE7 25 FOR �
� WSTALL \. � �- SANITARYSEWER � 0
t-8" GATE VALVE 8 BOX � INFORMATION m
� - � NORTHING= 21072]1 _ '' - �
�, ��= EASTING=29995.75 i 11+3�,93STORMLINEA(15'Ll �_ � !--'
O) o-. ❑ p� ❑ Q—�J ., REMOVE /REPIAGE 6" WATERLINE LL �, - � � EXISTING WLET MLB � �'—� ~
• �- � WITH B WATER LINE SEE SHEET % ��� TO REMAIN .
F . . ��, �. 26FORADDITIONALDETAIL � � .._-- _ - - -. --� - �-�' - _-- � �-_ -- , �_. __ _. __ _ .._._ -
. __
-_ _ - —
_. _ . _ __ — _
(i� _ . . . _, . -, � . - _ : ,- ' / J � 283.22 � W
t1J 32047 INSTALL /� __
PROPOSED 48" RCP io�oo STORM LINE A e"PVCC800 .00 iz�oa sao ss�az�e PROPOSED'48" RCP ��
��p S00°5962"E , _ - - � - - —� - - � �
J- ` �_ - _ _�— _ _ _i�f� - " _ , _
�_ PULVERIZE AND OVERLA� V� / -� '' U
U CL STORM LINE A uM�Ts � __ � ,: , .
Q � �' —�� - �� .� � �- �` � . - - � - - � � -� _ - _ _
� � -- - � ?- _?� _ � _
= Q
` ' '__ . .-` _. _ . ;, ' _ C
. ..,. . ... . __' '_ '_ _ _'._ � G
� _ � 10 81435TORMlINEA(234a'RI �� ' � �� 11+1824STORMIINEA � �
INSTALL ' �`�'' � f CONSTRUC7 6'z6' SQUARE MANHOLE (SD-008)
1-8 GATE VALVE 8 BOX ��,///�����-'''���/// � � CONNECT TO EXISTING LATER4LS MLB 8 Ml9
' NORTHING- 2101'1.7841 Q E-- 7�
EASTING = 29946.6509 W I ��+27,4g STORM LINE A(15' Rl
EXISTING INLET MLB
�p+81.43 STORM I.INE Aj36.19' R) � � TO REMAIN
BEGIN WATER LINE CONSTRUCYION �
b6" MJ SOLID SLEEVE
t-8"xe" REDUCER [[
NORTHING = 21017.55 W
EASTING= 29933.94 �
�
�
_
�
_
�'�r�iC�lll��(\1�L1
WARNING !!! `/L� z��u a�� f!I
625 OVERHEAO UTIIITY LNES � �X WARNING 6�5
�\� � �ew OVER�EAD UTIUTY LINES
p•'� OF U OF
�
� maiz
� +zz
� � � � �--EXISTING SURFACE
/ ___ ._.__._-
_ '.__'___.__._..._ ./�..._ ..
. . __ .__._ � _ _._ _ _
.'_' _ ' _'._._ .. _
O _ . .. . __. _-.. __. _.___ _. � STA:11W8.60 �
_. ____ .._ .. _ -. _ 2"GAS
_._ - O
O _. ._. . � � � � RIA�s617.73 EIEV.UNKNOWI� 0 615
615 _ -- _ ____ ____ — .
- � -___ - �- � ' ._._ .__ __ _- --_ -- _— __' O
�''. + 5A. 10+81.41 � — +
�� � PROP 8' WATER LME M
Q 700YR HGL ELEV.fi13.96 �
� �-_ ____.--�-# Q
. � �_ __- — :,9" RCP ,� 0.50% �
. f _.—_ �— . ' _ _._.__' . . . _ _ . _ . _ _ . . .. . (�
�� Z f STA. 10+g6.29 � W
'. e' SANffARY LINE Z
i -� ELEV: 612.00 4,�, =137.55 c(s J
�. = V =10.95 fl/s =
A 605 � --.. aA�R�P��.��� _ v 605
Q F—
� � ��m =,st�scrs Qc
V = 13.00 Ns c
�
O
0
�
U
�
0
i
W
�
W
595
�'II�I�
>"
w
w .—
W
U�
��
�
�o
�u
ro�
. ... . .. ___.. .. . ...... ......
Zv�wom �N moa m�
�� � mm.-o �o
� �� �� �m�� m�
J J J J
LL LL LL LL
10+00 11+00
��
12+00
m�
�
13+00
595
b
� .�.
SCa�E iN FEET
0 2a ao
NOTES
7. ALL RCP SHALL BE CLASS III UNLESS OTHERWISE
NOTED.
2. ALlSTORM DRAIN JOIMS SHALL BE FULLY GROUTED
THROUGH ALL CURVES UNLESS RADIAL PIPE IS
PROVIDED
3. PIPE INSTALLATION AND ROADWAY REPAIR SHALL BE
COMPLETED INACCOR�ANCE WITH COFW STANDARD
OETAIL STR-028.
.�OF ����
-`Q,tF,......., rt`kq ��
s5:`�� � "�•.�r4
-.: •..;
:..'.:.... .. _.:-i
% R:G. CREWS i
����.. 98731 ...h:�:
I ,I ,,���; ;������_Y
THE SEAI APPEARING ON THIS
OOCUMENT WAS AUTHORIZED BY
GREG CREWS. P.E. 98131
ON 07/12/2011
I
� 07/07 ADDEN�UM N0, t REVISE� WATER LINE INFO II RGC
ORTWOR C�TY OF FORT WORTH, TEXAS
TR4NSPORTATION AND PUBLIC WORKS DEPT.
ENGINEERING DIVISION
2009 CAPITAI IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
STORM PLAN AND PROFILE
MILAM STREET - SHEET 3 OF 5
AECOM TECHNICAL SERVIGES, INC,
��0� FWNM1N AECOM.COEM 5 �6 � ZE 600
TBPE REG. NO. F35B0
' ' HOR'1"=20'
wa FTW-WATER '�� s��m oam JULY, 2011
VER: 1"= 4'
ooz�A�oa Cp cno«m NB Pm�octNo 60183231
� o���•,� GB aoo��ae GC � snom 17 ��
�
,
�1q+12,42 STORt.�LIl�A�t04.44'��
END WATER LINE CONS kUCTIOa
INSTALL
1-6" MJ SOLID SLEEVE �
1-e"x5' REDUCER
NORTHING = 20683.78
EASTING = 30080.58 r
14+72.43 STORM LINE A(6.57' L) It=1
INSTALL: - II_I
1-8"x8" CRO55 L
NORTHING = 206Bt.39
EASTING=29982.)3 -
73+g6.52 STORM LINE A (6.54'�LI
MSTALL:
Y8" GATE VAIVE & BOX
NORTHING= 20697.30 : -
EASTING = 29982.41 . �
REMOVE 6 SALVAGE EXIST. FIRE HY�RAM�
INSTALL -
O t-e"x6" ANCHOR TEE _ �
O 1�6"GATE VALVE 8 BOX
� LFIREHYDRANTASSEMBLY
0 ,- 6' OF 6" PVC GB00
_ } �- NORTHING=21675.40
(+') � AS G = 9931.67 _
� 13+69.18 STORM�L A 7
�XISIMGMLET Li �
Q TO REMAIN , g
� �
w__ �--� � �-�
z' .,. .. ._.. . _ . . -' - _ 3.. . .
� oo PROPOSED 48" RCP soo�ss�az^E �a�oo;
18+51.42 STORM LINE A = �
INSTALL 48"x24" 45° WYE
CONNECT TO EXIST LATER4L
CONSTRUCTCONCRETECOLLAR
16+00.63 STORM LINE A% 6.55' L)/
BEGIN WATER LINE CONSTRUCTION
INSTALL:
7-e" PLUG
NORTHING=20715.05 Q
EASTING = 29982.05
_- - - _ _ � '`g
� Q AM TREET 2�� C
� _ _� � � O u�
.. .. � . '- � �`.�-F- Z
:.�..�.'�
�
�
ui
Q
0
F
a
O
0
x
me
W
4
�
N
3
�
m
4
J
r -
w
x
�
U
�
�
5
��
�
U
o /�
_
�
3
K
0
0
�
U
m
�
0
r�
i
Q
w
'74+�2q35TORMlINEA(24.68'R) /'�
INSTALL: �
1-9" GATE VALVE 8 BOX .
NORTHING = 20680.8184 _
EASTING = 29951.4767 - �
74+72.43 STORM �INE A/44.86' Rj
BEGIN WATER LINE CONSTRUQTION'
INSTALL
i-6" MJ SOLID SLEEVE - ;
i-8'k6" REOUCER
NORTHING = 206Ba.45
EASTING = 2�J93130
2
�',
LAT.l�
REMOVE /REPLA('.E 6" WATERLINE
�'� WITH e" WATER LINE. SEE SHEET
� 26 FOR AD�ITIONAL DETAIL �
v i� LAT. NR4
W , INSTALL
�, 8"PVCC900
z � 14ii2.43 STORM LINE A(25.32' �l
J � "��,INSTALL:
�� 7-e" GATE VALVE 8 BOX
¢ I � NORTHING= 20681.73
C - EASTING = 30001.47
� I - REMOVE /ftEPLACE e" WATERLINE
Q � �, � WI7H e" WATER I.INE. SEE SHEET
� i 26 FOR4+4B.23 SlAL � LAII A_
� 0+00.0� I.A 1 tFEAL M�08
I NSTALL 48"x24" 60' VJYE
�, � � 14+67. V STORM UNE A(14.40'-U =
0+76.60 LATEyR�AL M�I�.10A�NL�;� �
/ PULVERIZE AND INSTAIL ST AR',/�A. _V -�� -V
f OVERLAYIIMiTS ,
�`. � , , wsrau PROP.
.8"DIP za RCP
� -
c -��= � 14-` � � � � _ -i � - �- t I �
�'� �-! ,�T. P,1L1�,1 � _ �
CL STORM LIN� A _, - _
_ _ _ - - U
r� - ,, - - _ .
- � - - - : ` F-
--- - - - , ' 18+89.22 STORM LINE A1 6.88 L) ,. Q
14+56 23 STORM LINE A= BEGIN WATER LINE CONSTRUCTION �
PROP. 0+00.00 LATER4LMLiaA INSTALL:
Z4�� RCP INSTALL 48"�4" 60' WYE 1-e" MJ SOLID SIEEVE Q
�.NORTHING= 20424.65
74+61.77 STORM LINE A Ii5.50' Rl = EASTING = 29967.72
0+77.95 LATERAL MLioB 7 b+74 7o STORM LINE A=
INSTAL� STANDARD 10' INLET
LAT. O+a0.0o LA7ERAL ML11
WSTALL 48'z24" 60° WYE
M L 10 B 16+g3.09 STORM LINE A(6.91' Lj
14+�8.04 STORM LINE A= END WATER LINE CONS�I RUCTIbN
0+00.00 STORM LINE C= INSTAl1;
0+00.0o STORM LME D 1-e" MJ SOLID SLEEVE
.CONSTRUCTS'x5'SQUAREMANHOLE(SO-a07) STORM LINE A EAS IN'GC--�2�98oe78
� � _-_ . - _ _ _ -- -�
� � -- � . ., -- . -- , -, , '
, _ � � � - P- „ -� _ 323.97 - �
. . ,.. _ . ."_. .. .,,, ..,,,....._ ._.
�� /'�-fS.00 ' -4L�:PU1�1.�17�1'l' PROPOSED 48" RCP �e+oa S00'59'42"E � W
� '- �
�
.a •�
`� �
� W \
�
� � �LAi.
LAT. NR1 NR2
o W II � �
< j QUQN 6
63� �� Z W W z--� c�
`p'+ ¢f�n �rii
�J NOOj ��
P � � �<
� ¢ o 0 0 � m �
�'.��+z �gSo �o
U Z
O
� RIt�618.98 �
62� o
.f. _ . _._ _._._ 3TA, 14±�257_. . . ..
. . - --" � - � � --� 6" WATER LINE - ' -�� ' -
� � � � � EIEV.UNKNOWN � --
� -- -_ _- __ - _
W � �
Z
J
= 48' RCP Q O.SO h
610 c.� � r Mw
Q �
3
WARNING l!!
OVERHEA� UTI! ITY LINES
4
16+g6.85 STORM LINE A N425' LI =
0+16.48LATERA�MIit �
INSTALLSTANOAR020'MLET ...
�, LAT. M�11 0
�
.74+74.60 STORM LINE Aj6.7f�Lj REMOVElREPI,4CE 6" WATERLINE O
'-- END WATER LINE CONSTRUCTI6N WITH S" WATER UNE. SEE SHEET '}'
INSTALI: 27 FOR A�OITIDNAL DETAI� r
1 8' MJ SOI,I� SLEEVE ' r-
NORTNING 2081923 = INSTAI.L
EASTING 2 83.99 _ . _9" PVC C90U _. _ _ __ _ �II Q'
'o
r W
¢ i w��3
o z�
; � ��x
L K C
� < Nge
j
� .� � ¢
a�Z agZ
__ �nieonunir iii
OVERHEAD UTILITY LINES
¢��
`�^' 630
� ,s
o� x
~ge
0
�$�
�$�
N
�p+Z
EXISTING SUR °ACE O
� 100YR HGl �
O C
........ .... . .__-_ O� V2�
� � .. _. __..-: �: _. . �_ .______._� __.___.. _. - -
� - -.---- .. __._ �= -- - - - '- - - - -
- _- i-
STA 14i41.p9 �
_ p^ G,qg �
- EIEV.UNKNOWN ' Q
i� �
----- ..._ . �
� i W
Z
48• ROP �d efa� �
_ _ � 610
Q�� = 67.00 cfs �
V = 5.33 ft/s
� Q�� = 78.74 cfs
Q,m = 737.55 cfs
V = 10.95 ft/s
`.,/�,�
j(4�II1]
�,b =112.79 cfs
V = 8.99 Na
STA. 14+12.51
PROP 8" WATER UNE
>
ELEV. 608.70
�
wW
w
z
LL3
�o
NLL
w.
w'3
-R c<a
m��o
J�J
14+00
V =627Ws
€ �p �
.-C1�^�fV mm
��� �� m
15+00
� N
16+00
600
w
� O N
m � N � �
17+00
0
� �J '�
SCAi.E IN FEtT
uw�W�w� ��.uu�..�wu.wy,
0 20 40
NOTES
7. ALL RCP SHAIL BE CLASS III UNLESS OTHERWISE
NOTED.
2. ALL STORM.DRAIN JOINTS SHAIL BE FULLY GROUTED
THROUGH ALl CURVES UNLESS RADIAL PIPE IS
PROVI�ED
3 PIPE INSTA�LATION AND ROADWAY REPAIR SHALL BE
GOMPLETED IN ACCOR�ANCE WITH COFW STANDARD
�ETAIL STft-o28.
�����
_�P.�E�OF Tf,h�4
:SF� 1� '''9�,���i
; : :� xQ ...'_': s
i..._....R.G. CREWS... G
�i-Q��., 98131 ��.
I /II ���� ;�'�"'�"'�G_`2`_'--
THE SEAL APPEARING ON THIS
OOCUMENT WAS AUTHORIZED BY
GREG CREYS, P E. 98131
ON 07/12/20it
Q 07/0� AD�ENDUM N0. 7 REVISEO WATER UNE dc PVMT INFO RGC
I
ORTWO CITY OF FORT WORTH, TFXAS
TRANSPORTATION AND PUeLIC WOftKS �EPT.
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
STORM PLAN AND PROFILE
MILAM STREET - SHEET 4 OF 5
AECOM TECHNICA� SERVICES, INC
��0� FWNNJAECOM.COEM S 6�i ZE �o
TBPE REG NO F-3580
I u�n FfW-WATER , s�„o HOR:1"=20' o�o JULY, ZOt1
VER: 1" = 4'
� oos���oa_ �p i c�o�koa NB Pio�uclNa 60183231
� o,,,� �a �I AN�,��� ec ; snoo� ,a o�
D
C
�
�
ui
6
�
0
a
�
w
�
m B
W
N
�
5
3
0
m
�
w
S
U
'o
a
�
�
��
�
�A
x
�
0
3
h
�
0
0
�
U
0
�%
�
�Q
Z
W
� // y-� Z �
I ,ar� � `� � . .. . ._.. .0+53.72 STO M LIN _ A/B9. -
17+33.87 STORM LINE Aj74.02' L -ND WATER NE C NSTR �N _
I_��N� WATER LINE CON$TRUCTI�N INSTALL: _
INSTALL; i-6" Md SOLID SLEEVE
1-6"MJSOLIDSLEEVE WARNING !!! i-8"x8"RE�UCER ;
� � �'� 1-e"xs"REDUCER NORTHING=20092.�6 �NSTALL�: ��� "
� EASTING = 3006811 e�• �IP �
4
:m ,
� � - NOR7HING=2036123 OVERHEAD UTILITY LINES REMOVE&SALVAGEEXIST.FIREHY�RqM i°, -
. EASTING = 30056.02
� NSTALL INSTALL: � �� � -
LAT. GL1�,� �� ���OIP 1-6"ANCHORTEE , =- �
��� - ��_MOVE /REPLACE 6" WATERLWE 1-6' GATEVALVE 6 BOX ,, '. �
WITH e" WATER LWE SEE SHEET 1-FIREHYDRANT ASSEMBLY ; ,�� �
17+33.34 STORM LINE A 6.78 L , �� �� 27 POR A�DITIONAL OETAIL 6' OP 6" PVC G900 � q -� WITH B" WATER LINE. SEE SHE TE
%_ � // - .' - � NORTHING=20o41,55 � - ` ; 27FORADOITIONALDETqIL
INSTALL: ;. � � y . _ � � - f
1-8"x8"CROSS -- ' -" � ��� - � EASTING=30013. �� 0+5334STORMUNE ( .
� 2 A 14.BS11
NORTHING=20360.54 � " p�� 20+48.80STORMJ_IJy�/�(14.93'L) ' INSTALIL
�,ST�N�=29988�8 v LAT. f�IL11A ��= BEGINWATERLI(fECC)(•ISTRUCTION � �-e°xa^cRoss
NORTHING = 20047.36
17+2223 STORM UNE A(6.85 L _ I - _ �7+74 22 STORM IINE A(76.54' L) _ � 1N8" MJ SOLID SLEEVE EAS7ING = 29993.90
BEGIN WATER LINE COtJSTRUC��ON = 0+18.3fi LATERALML7IA � � NORTHING =20045.69 ��`
7-e" MJ SOLIO SLEEVE _ � � r= CONSTRUCT STANDARD 10' INLET - �;7 EASTING = 29993,81 : � , m�` � � _ 20+73.58 570RM IINE A1t4 92' L`
NORTHING = 20377.fi5 � - ENO WATER LINt CANSTI2UCTION
EASTING = 29988.65 O I � 17+77A� STORM UNE A 9.39' L � �•
� Pt1LVER ZE AND END WATER LINE CONS'IRUCT�ON 20+77.5� ST.ORM �� 7-e" MJ SOLID SLEEVE
� �. g. n . . - , _ _ _ NORTHING =20020.92
�`OVERLAY UMITS 1 8 MJ SOLID SLEEVE EXISTING INLET 1
i- `� [~.. � �N �- \ ' NORTHING 2�315.07 - TO REMAIN _� � � � - � ' 29994 _ . . _
., a� � � � ` _ _ _ S
(� ' � I \ � . � EASTING=29999 7 ,• ._ . ._ - -. .._ . . _ . ' _ ". . _ ___ "._ .".__ .._ - � .. /
__.
� . _� : -" -.' .. . . . ._ , . � , - , , , , _ _ . , ..L
_
�-. � _ -- - , � ., _ _ -- ��- 1
--- - � ,- �2 m - . .�, „ � i
EASTING .32
a � � oP. 2a� RCP m MILAM STREET � . �NsrA�� '
�--7{00 � �p,.., ._ __ „_' . _.... __. ._ '„= = 20+85.00STORMIINEA
� � 1 ' � +�car'�� �--���- ....�-r .. � .�. : _� ����_ ���� {9+00 . ��� --500°5944E . .-� 20:- � -.,-- I e DIP � ENDPULVERIZEANDOVERIAY
w i � � - --_:,- -- a , PR�?P�SF�i a� � aca �'+ � i
Zie.00 - - - -- - -� - - - - _ � - -
- _
J - - , v = - - - I� _ - _ _ ,
- � ` - - - - - _ -
. �. � .- -- _. . .s- �=- - - - - -� --- . ..
Z__'�-_ '- _ � �� : :- _- .-_� -- _. _ � . - - ___. _ _ . � � __ i
_
..� � _._ . _ ; I '_ . .
�� �� W � yp+58.91STORML7NEA= 'g �
F�-/ �- i� C2 - CL STORM LINE A a�aaoosr a � J �
REMOVE IREPLACE 6" WATERLINE �
WITH 8" WATER LINE � SEE SHEET
27 FOR ADDITIONAL DETAIL
� 17+37.9i STORM LINE A =
0+00.00 STORM L1NE E _
0+00,00 STORM LINE F
CONSTRUCT 5'x5'
SQUARE MANHOLE (SD-0O7)
77+33.08 STORM LINE A(25.24' ftl
INSTAIL:
1-e" GATEVALVE 8 BOX ���
NORTHING= 203b022
EASTING = 2B956.7fi
• 11�
Z 48" RCP � U.So% �
J 2'MIN
��m = 4021 cfs
610 v ///� � =�.,8�5
QQ•e� = 67.00 �
c V = 5.331tls
G STA '17+32.50
PROP 8' WATER LINE
ELEV. 610.24
�
._ � O M IJNE G 8 - � ;
- -' 79+95.585TORM�INEA _ O+oo.005TORMLiNEH - �
� F- �; ��� INSTALL 42"x24" 45' W'(E � CONSTRUCT 5k5' SQUARE MANHOLE (SD-007) 2� ,'�� , y -
(Q (� 17+7078 STORM LINE A= CONNECT TO EXISTING LATERAL EN� STORM IMPROVEMENTS FOR IJNE A �� � ' ��
, I W � LI �� .� - -. ._, NSTALL 42Tx24" 60°'WVE CONSTftUCT CONCRETE COLLAR Zp+52.88 STORM LINE A(17.02' R) ' � � LAT. V NZ
J � � 77+62.78 STORM LINE A= I N S T A L L; �� n r �
z ' o.oa.00u,TEan�M,an LAT. ML116 ,-e� caTevn�vEsaox LAT. VN1 ' ;
�J,f .LAT. NORTHING= 20041.08
w INSTALL 42"�4" 60' N11'E PROP. 24�� RCP EASTING = 29962.03 rj�
� �GL4, 17+7g,035TORMLWEAJ1300'Rj= Q L7
', � O+�b20lATERALMLtiF1 . -, .
CONSTRUCT STANDARD 10' INLET � ' � - ',
; 77+92.90 STORM LINE A(4774' L� 20+52.5a STORM LINE A 65.63' R � �
� BEGIN WATER LINE COtdSTRUC ON BEGIN WATER LINE CONSTRUCTION
� ' LA . '.. 1-6" MJ SOLID SLEEVE WSTALL: �' � . .', ,,�p . ..
� 1-S"z6" RE�UCER i-e" MJ SOLID SLEEVE
� 'NORTHING=20359.9�J . NORTHING=20040.60 � � � - - '
' EASTING = 2993426 ' �
. � � EASTING = 29813.42 ' ''
�� � �� W „ W
aWLLy a ¢..?� ¢m�
630 ZWWS Z` Z�ro Z�o
���'�3 �'� N JN
���h �� �' ��
v�~i�oU wW v~i��' r~i��e
�nm� W mS'r g
rngg� �_ � �o�
m m w ��� o .a
�gQ +� FBu�i +ov�i
., �c7 0? �o?
RIM=620.21 '
STA. 17+32.50
� 3" WATER LINE� '
6ZO O _LEV.UNKNOWN i_ _
O- - - _ - -
} STA. 17+y{,53
1� � I � 2' GAS
� TMIN EIEV.UNKNOWN
� I ( � �
�
W �
17+00
>
J
W .�.
Ww
z
uQ.;
�°
h LL
z�m� �u 3
nvv nv nv
m m 1O
LLLLLLLL LLLL LLLL
�STA. 17� 77.82
10" SANj ARV SEWER
ELEV.AiPROX. 609.13
r�
18+00
STORM LINE A
o fO
�� r
z
aN a�=��
_ _ u�ARNIN�' lii Ji Z�Z�Oa
JJ%�W
OVERHEaD UTI�ITY LINES ��+ ¢fs��,�z
NIW- � NOOt~J�¢
t
� mNNzoo
hg i m$$oiv�ioi
mS, oSoozo
. . . .__._ _ .. .. c ,.� ,t o o w a
� � � RIM=621.93
� EXISTING SURFACE STA 20+52.39
� 100YR HGL 8" WATER LINE
ELEV UNKNOWN _ _ _ _ -
_ _
._I . . _ . _ _ .. I .
42' RCP 9 0.50°lv
��� = 38.89 cis
V = 4.04 ft/s
N�
o�
19+00
I �
.,... _,,.���� nMIN
�
0�.� = 29.65 cfs
V = 3.08 Ns
ST0. � 2W52.39
PROP 8" WATER LINE
ELEV. 612.41
�
m� �?�
mm tOm
LL LL
20+00
��
� � ���
LLLLLL
630
620
� !
5
�, _
SCALE IN fEET
t � ���
NOTES
t ALL RCP SHALL BE CLASS III UNLESS OTHERWISE
NO7ED.
2 ALL 5'.'1RM �RAIN JOINTS SHALL BE FULLY GROUTED
THROt1GH ALL CURVES UNLESS RADIAL PIPE IS
aRovioEo
3 PIPE INSTALUITION AND ROAOWAY REPAIR SHAIL BE
COMP�ETEOIN ACCOR�ANCE WITH COFW STANOARD
OEiAIL STR-028.
GURVE TABLE �
CURVE RADIUS ANGEN7 IENGTH OELTA �
� Ci 200.�0 20.73 41.31 '11'50'OT �
� cz 200.0o zo.�� a�.27 ira9�zr�
`�F `"�1
�P1E,....... Tf+�4
0
= h./ � '9ir�i�
_, . .
,,, . . ,
:...: ......................: '' :
� RG. LPEWS �
/.�.Q._,.......98131......, ...�
�4���Q: </C��`���5
,h���.�::: �''
V
THE SEAL APPEARING DN THIS
DOCUMENT WAS AUTHOR2E0 8Y
GREG CREWS, P.E. 98131
ON 07/12/2011
�j�O � 07/07'�� ADDENDUM N0. 1 REViSED WATER UNE INFO RGC
ORTWO ' CITY OF FORT WORTH, TEXA6
TRANSPORTATION AND PUBLIC WORKS OEPT.
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
STORM PLAN AND PROFILE
MILAM STREET - SHEET 5 OF 5
6OO AECOM TECHNIGAL SERVICES, WC
��0� FIM1NVW.AECOM COM S 7 UI ZE 600
iBPE REG. N0. F-3580
w�� FTW-WATER s��m HOR: P'=2o' o �o JULY, 2011
VER: 1" = 4'
oo.i��oa Cp cna�ew NB Pia�aclNo 60183231
2 �+�� o��� GB acc�a.aa GC sn�c
, s o,
t
7
L
J
4
/ V �,- .-; , I Q . 1+84.54 STORM LME B(18' l) = O+fi5S2 LATERN. R82A
t W 0+�5.67 LATERAL RB3 INSTALL STANDARD 20' INLET
REMOVE & SALVAGE FIRE HYDRANT - � z � DEMO�ISH EXISTING 10' INLETS (2)
INSTALL: ' �. � w ew`wao i,we _/
1-9'�c6" ANCHOR TEE � ' J � MSTALL STANOARD 20' INLET fi'on<_ sroar ewc+
6905 q0 n�:oaa uvc
1-8" GATE VAI.VE & BOX � .� anc s. enrc�
1-FIREHYDRANTAS5EMBLY � / � � � - -
6' OF 8` PVC C�900 ' " � =
NORTHING=21875.40 s'oNcasram�aac�E -
EASTING=29831.61 , � � ��_ _ . � � � „-
4+17.17 STORM LINE A (45.66 R) '�� �� � . _ , � . =_ , . ' � �
___ _ �
INSTALI: � . � - , . � , , -' . - . .. _ ..
1-8"45'BEND , , . � 4+23.98STORMLINEA (263.79'Ll
A�yr � -_ - PROP. 24" RCP END WATER LINE CON$TFiUCTi01
NORTHING = 21675.53 . " -
EASTING = X = 29972.38 � ' -
PROP.30" RCP �NSTAL�:
4+p5.62 STORM LINE A(54.42 R) °'� �'� t �NSTALL � . � > INSTALL � � 1q6" t�,��,40U0 SIEEVE Q
INSTALL: - �' � 8"OIP �/e�er� , 1•8"x6"REOUCER
1-8'45'BEND �'-r `��' ' � ` . � ,. . s�e'cxr/ , � THIN -21674.35
. B" PVC C900
NORTHWG=21666.92 � - _ � - �.� . .--- B ..__, � : -.. r -F..�^TINGG3022190
' . __ -_--- -:--
. .. _.._'_. _.,� _ . . ., .. .._ .. �-ty.�•f4 _ _.___ _ _.__ _ ._ .
EASTING=2990377 �- �' � y - . � . „ � , � � _
� . _ , , , , ' .. �'._ _
- _ � STORM LINE B,_ �`r PROP.4z�R�P 5.a ._
- - - > - �oa I S89'S6'15'E LAT. RB3 , �
ROBINH D LANE - - _ LAT. RB2A
CL STORM LINE B � � �� �� � �� �- " "' z �
� _ , t : t, ( __ __ __ �
C
n
m
a
ui
0
H
0
J
a
�
0
_
ma
�
h
g
0
0
hN- -
w
w
x
�
U
a
U
5
��
�
O
oA
0
_
rc
O
3
K
0
0
�
U
O
�
�
a
w
, _ ,_
4+2g.08STORMLINEAj82.30'P {, �� � I -, - -, �'-� - �� � . ; -�- - � _ _ - - �- -
BEGINWATEftLINECdNSTRUC�'ION r ,` tt '; ti ,. � � ti:w I B � . � .- ��' -- : T .._ �"�r' ' _ ' .
INSTALL: � II.. , _ � � � s/e r ' �
1-6" MJ SOLI� SLEEVE � �- , ��o �n'+ � �n ,�caMan � . . �/sSaF,
1A"x6' REOUCER � � �� � � - ' - -
NORTHING=21666.92 � . , ravc - .. . _
EASTING = 29895.89 � ' i+77.5a STORM LINE B=
4+77,71 STORM LINE A(23.92' R � � O+OOAO LATERAL R82
T INSTALI: INSTALL42"X24"45°WYE
� 1-8` GATE VALVE 3 BOX -
� NORTHING=21675.38 �
v� EASTING = 29934.1 �' � W , ^ (n •Ne
0.00 STORM LME 8 = � � W � � � � � U'1T. RBZ --� .. �
29.09 STORM LINE A , � , � � , ' . I � � ' Q �
CONSTRUCT 7'x6' BOX W/ 3' RISER � � e aaaxw
aou Kxt
, � ' I G900 ROBHN000 Ut+� p nH � 69UNE SiaM BPI
c C STOPx BAiCK � 90t�E SiOflT 9niIX E �
cQ � S � I� 1+91.50 STORM LINE 8= NSTALL 24T 45' BEN�A
_] ' �, z Ot00.00 LATERAL RB2A &
� I � LATERAI. R82 = m D+EMOlISH 6 REMOVE EXISTMG MANt10LE
�_ EXISTING 5' INLET TO REMAIN - W CONSTRUCT 5'z5' SQUARE MANHOLE (SD-007)
�, � CONNECT TO STORM IINE 8, RB2A, 6 R83
STORM LINE B
6'i 5
�
�
� �o
3 wN z
r � OO �
WO m5Z mW= 0
� w° � w> �
_ � . ._ . .. „ . . .. ............ ... . -
,,, � . X j � in (n
Kp �HW ��h
z
o� o= °m oa� r�n
N W 2" WATER SER"ICE m � �� y y� w
a Z r ELEV UNKNO NN � Q z� N p N =
oa / ��zw o�z �
605 0� RIM=602 71 � EXISTING SU 2FACE ' Z O� ' n O �
__ __... .... . _. __ . _._.. .__.---------. _ _._..___. .__. -
-. ._. _ .. . _ _____._. .. . _ � .
r t00YR HGL _ �
(/ R1� 1=�,gp_,�
__ 1 -_ . ....... '�'`�'
......_'_... I
I �- ... � � _. - ., _ �
595 -`
585
w
Q+00
i�
w
W �
w "�
2
LL3
�o
��
42" RGP Cd [ 68°/
Q,.. =8128 5
V = 9.49 fU
�+00
Q,��o =85.53c1,
V = 8.89 Ns
in mzw
2+��
J
I�
�
�l�
SCALE IN FEET
����
0 20 40
NOTES
1 ALL RCP SHALL BE CLASS III UNLESS OTHERWISE
NOTED.
2 ALL STOR:R.'� �RAIN JOINTS SHALL BE FULLY GROUTED
THROUGH ALL CURVES UNLESS RADIAI PIPE IS
PROVIDED.
3. PIPE INSTALLATION AN� ROA�WAY REPAIR SHAIL BE
COMPLETEDINACCOROANCE WITHCOFW STAN�ARD
DETAIL STR-028
�
E�OF��T �q
'�Pt• ........ ;E',r���l
:5:r � ''•9f��
:: ;. .
.�
.� ? ... _ ......................:...
R.G. CREWS �
;� .....981 Jt ......; .�/.�
��� �4�"q� �-.k_'
THE SEAI APPEARING ON THIS
�OCUMENT WAS AUTHORIZED 8Y
GREG CREWS. P.E. 9B131
ON 07/12/2011
I
I�',07/07 A�DENDUM N0, t REVISED WATER lWE INFO I RGC
� I
I ORTWOR CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS �EPT.
ENGINEERING DIVISiON
2009 CAPITA� IMPROVEMENT PROJECT
(COUNqL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
STORM PLAN AND PROFILE
ROBINHOOD STREET - SHEET 1 OF 1
AECOM TECHNICAL SERVICES. INC
��0� �W WW qECOMAOM S 6�i ZE 6a0
TBPE REG NO.F35a0
o�n FTW-WATER i s�ia HOR: P'=20' w�o JULY, 2011
VER' 1"=4'
�=�a�oa CD i ci�o�xoa NB ��oia=ina. 60183231
o.�»„ GB I App�orod GC snoe� 2p oi
� � S
_ ' ' � ' , ' ... �
� 4
a. , � ,_______ .
�i I �.
SEE SHEET 18 FOR WATERLINE ��� �
INFORMATION ' O� � � . t i
0+24.52 STORM I.INE D= ' � `}- �� 1+0025 STORM LINE C 15 �= 17+37.91 STpRM I INF A= � �
0+00.00 LA7EpqL NR2 h;, r_ � � O+OOAO STORM LINE E 8 ?�
INSTAll30"�4" 60' WYE ! � "i� �� � 0+16.e71ATEftA1. NR3 0+00.00 STORM LINE f �, � � �
�� DEMOLISH 8 REMOVE EXISTING 5' INLEf CONSTRUCT '� ' SQ RE M NHOL SD-007 � �� 0+�4.4q �,qTERAL GL1 =
0+39.37 STORM LINE 0(13' R) _ , z )
INSTALL STANDAR� 10' INLE7
D p+�525 LATERAL NRt rn � 14+7g,04 STORM IINE A= �� � r �� 0*73.81 STORM IINE E(i6' L) i�
DEMOLISH d REMOVE EXISTING 10' INLET' � T ,� 0+00.00 STORM LW E C 5 , ^ SEE SHEET 19 FOR WATERLWE � z INSTALL STANDARD 10' INLET
INSTALISTANDARD'10'WIET D � �+QO.00STDRMLINEO , INFORMAiION m � SCAtF IN FEET
- ` ' - - ' ' 0+42.01 STORM LME D (13' Rj Q '� - �
. 0+�4.47 LATERAL GL3 � a �� L
� .. . . � . il;, ,aF - - � INSTALL STANOARD 10' MIET I �� . , � C 20 �C
, � F�+� Vz �e
.. . ; �� , _ ..
_ . . . _ ,:�. � .';; +� L ' . � � � o s/e'�w _ .. /z er� ' 0+62.49 STORM LINE E _ '�z��ar�
,, � = o � AT NR3 �.-� B B -� � i'� O+p0.0ULATERALGL1
T. GL3
= R� -' : S i _- _ __ ._I I _ _ __ � LAT GL1 � � INSTALL30"�4"60' WYE
o -
, � �q
� --�--� , � NOR o
^
PROP. 24" RCP L'��!� �' ' _` STORM LINE Cl � PROP. - �"STOI�N i R . 7'RC --
- NST:a��;ooru, Gr,eo- _ - • _ _�_ _ 24„ RCP MA STREET - "� - GREENLEE STREET
0+32.525TORMLINED ' T.1 � p�OPOSED.3F)"RCP �PTO� - E
.,,,,,., SEE SHEET 18 FOR WATERUNE / a*94.45 STORM LINE C= � PR ° RCP _
�IIU'RTERAL�r�� - � � pp(� .- ._. ...., \�� � INS� � 36" PLU ,.., . �+39.92 INE F 54.4 S' M L N NSTALL 30OP UGNE
L
INSTALL30'x24"60`WY� � ����IRZ ���'_.�. . � INFORMATION _: Q . 0 361t STQO�LrINEF= ILTALL30Tx24 90' WYE `� �AT. GL2�
e �� -- � _ '- - --__ o oo.ao�aTertn�c 3 - P\OP.' L, - _ '
, P I � �� _ L .
.. , -,.� `. : � � � . .. ._ . _ � .. - _r . � INSTbLt30'a24 60`YVYE _ �.. _. , � ._ � ,B_- __. _ _ ' " ..-�.
,iz,a._ 24" F C� � PROP. 24" RCP �= L� _ 30 RCP_ - - r�
�_ <,
' ,�,o ,,,-q� PROP. LAT. PROP. � o+so.as sroRM uHe c = �_ _ � (�(_ � - � , - - ' . ,�x � �
�
, , � .. , Oi00.00 IATERAL NR3 . . . . � „ . � � ` - � -�
�� _
,
� � 24" RCP � \-. o�za�z sroann uHe F, Q � '"
30"RCP NR4 WSTALL36x2460WYE �' O+OO.00LATERALGl4 PROP.24"RCP
���; 0+82.43STORMUNEG=
0+00.00 LATERAL NR4 �NSTALL 30"X24" 60 WYE 0+74.06 LATERAL GL2 =
� MSTALL 36724" 60' WYE � � � 7+21.10 STORM LINE E(73' R)
C �� � - � � � � � . � � � � INSTALL 24" fi0' BEND �
I p+42.OB STORM LME D(77' U= �
0+�4.90 LATERAL Gl2 =
, �, � 1i00.65 STORM UNE C(15' R) = 0+20.00 IATERAL GL4 - i � i� SEE SNEET 19 FOR WATERLINE p+67.94 STORM LINE E(13' R)
I � O+j7;�3 LATERAL NR4 � �, NFORMATION
, , REMOVE 1FiEPlACE 6' WATERLINE DEMO�ISH d REMOVE EXISTMG 5' INLET INS7ALL STANOARD'Ia' INLET o� WSTAII 24' 60' BEND
� . WITH 8' WATER LINE. SEE SHEET INSTALL STANDARO ZO' INLET
, 27 FOR ADDIITIONAL DETTAIL •
0+43.46 STORM UNE 0(17' L) _ ��� ' ��`�;
0+19.16 LATERAL NR2 I ^ ( � ' . . '� ,
INSTAIL STANDARD 20' INLET y
< � o � �;
��
� �� � i I �5;� 0+79.25 LATERAI. Gl2>
1+32.96 STORM LINE E(77' R)
°' ' � �, � INSTALL STANDARD 20' INLET
a m I �
m m.
� - . , ; I �' I
<
0
�
o S
a ' 7. ALL RCP SHALL BE CLAS5111 UNLESS OTHERWISE NOTED
0 635 STORM LINE D 635 635 STORM LINE C STORM LINE F STORM LINE E Z ALLCURVESUN ESSIRADIALPIPEISPROVIOEDUTED7HROUGH
= 635 635 635 635 635
m B 3. PIPE INSTALLATION AND ROADWAY REPAIR SHALL BE COMPIETE�
IN ACCOR�ANCE WITH COFW STANDARO DETAIL STR-028
w � n -� ^,
¢
y � �� � .
F o¢N o� o'� � UQm n� n�++ u nQN n u w 2 �qy
� zZ= w`a��_ w� w wzs ws, w�> w Ww��� a�-+� LL � LL ww� W�`+5 w•-� w �S�PjE`�TFkqs���
� _ � �-';� 1j ?�' � � �'�� �� J7-'.���t m-,z� 3�% W "'� r'� i :.'�5 ....... .......'.`.��i
c� �a�� ��e. ��: �� � �� �a- ' ��� ��� ��< �3 ��" ��a ��< �� ' ;
� ui � � � � � R.G. CftENS
3 O�U Ohw-''�o Olw-o Oa �OF- � fO Kwx �i KOh �w`ri �w`�i �a K � a ¢a /...,........98731..........�
m �`�� �3m �5m u'',^ moi� oQ�, o�� oa o�o or• o�o 00 0°� or� orW-a oo •
�� �5� �� �� � ��, � � ��, � o,-�'
N og� O � J � � � o `�g �g" �� �n�� m5O� �,5m �n �,, ��c�s4^:.[�'�.`s__'--
8+ Z N O� m g� ro F � m Z Y S� S F Q �� � S� O Q m� S� N V O� � R� ni � ��1�/ /�- `�_�
�s 625 � `� . y ; �n 8 + m 8 8 8 �S z �- �- � z � r- � � ���.....
o' oZ oZ o= 62�J 62�J o o u� m n 8`�"o rSm �8y nw S+ �iSN �8y �o�
v� ^ U � � + � � � z 625 625 � � U `o ? o � ? o ? 625 625 � � � � � � � � � 625 THE SEAI APPEARING DN THIS
w �\ \ �\\ � DOCUMENT WAS AUTHORI2ED 87
i � GREG CRENS, P.E. 98131
�
U
o EXISTINO SURFAC 7�O YR HGL� ON 07 12 2071
EXISTING SURFA E � EXISTING SURFACE
p �-t00YR GL -�ISTINGSURFACE t00YRHGL _.
d �RIM�1898�700YRHGL / _ __�. _._- � ___,___
_ /
o _' - - -
o / .__ ._-�- '�
g - - J �-- _ � _ � _ _-. f - � _ _ _ _ _ _ - RIM=82021 . � RIM�20.21 ^- . I I ,
r`- -
2 RIM=618.9B I
� n 615 615 615 AI 615 30' RCP �
go"R�P '�' 615 _� �0.50� �_� 615 615 I �� , , 615 I Q 07/07 ADDENDUM N0, t REV1SED WATER IINE INFO i RGC
^? (� 3.50°/ tll _ _I,_ I I
� 36' RCP �0.507= ,r � Q�w = 1724 cts J Q,w = 9.55 ds z M�N I ORTWO CITY OF FORT WORTH, TEXAS
m � V = 3.57 fUs V = 1.95 R/5 TRANSPORTATION ANO PUBLIC WORKS DEPT
6' WATER ENGINEERINGDIVISION
� - ��w = 2�.59 cfs � WATEF - ��� = 13.46 cts �
� V =4.19fVs �NE v=�.sows �8. WA� _ ��NE I 2009 CaPITAL IMPROVEMENT PROJECT
Q � _ _ _ STA. 0+85.13
j -� j LINE U .. PROP 8" WATERLINE (COUNCIL �ISTRICT 5)
3 J j � > > STORMWATER UTILITY DRAINAGE IMPROVEMENTS
ELEV. 612 ifi
rc w w --. W .W.+ '
° � � Z r W "� � I STORM P�AN AND PROFILE
,� LL LL� ,o•Fxisrss o � NORMA STREET AND GREENLEE STREET
O � � 3� ELEV.fi0929 ua,
� 605 N 605 605 ��=- 605 605 � 605 605 � , 605 AECOM TECHNICAL SERVICES, INC
U
m A
� � � ? w Y �O� FORT WORTHATE%AS 76 I�E 600
� � o S N � m V Z � N � ? W� N �-�� WNhV.AECOM.COM
m P " v.i a a '$ m � n o w m`S m TBPE REG NO. F3580
aa
� c� ^ •� �+i oi < ui
e- � �� Cl � t`I oi e t'1 Ci d V < V Y
lD m �O trD t0 N t0 '- �' � -
� � �
� � -� � � � � ,� � � � u�m FTW-WATER I s�m� o�m JULY, 2011
;JJ �.J r_i � � J m m�o m avm� �m ee ic miom m mr`e m HOR:1'=20'
�
Q ' - �� �� J " iJ J� �J � _____.__. VER�1"=4'
Z
u� Q}QQ O.�.00 0+0o O+oo ���s�,od CD I, cno�koa Ng P��o��ru 60183231
. ornwn Gg I nocro�ac GC I eneoi 21 oi
0
C
�
0+75.10 LATERAL VNt =
Ot54.80 STORM LINE H(13' R)
INSTALL STANDARD 10' MIET
,iz.�s : . �ia, -�
.__ ....__. _ _'_" '
„ � /
0+53.29 STORM LINE H = _
INSTALL30"PWG � I
"' _f
. . . " . " ,: e _� � _
, �i�-Ar
0�49.41 STORM LINE H= � LAT. `
0+00.00 LATERAL VNt
INSTALL 30'�4" 60' WYE
0+19.56 LATERAL VN2 =
0+5526 STORM �INE H(17' L)
� INSTALLSTANDARD 10'INLET
4
<
�
n
ui
�
a
0
�
0
J
a
� 635 STORM LINE H
_
me
0
> "
N �� $ �, W„ w ��
v~i =w� =w�y = � _
g Wz= wz_ wz. �
�� ��� =�m F
� `t d'in E�`a ��'v E�
�Oi- �WS7 �W �a
m �'� �5� ���'�.m
N q ~
�y
g�Z <g~ V��'�F
�s 625 �° �a= ��Z �_
�- \= EXISTING SURFACE �
v 100YRHGL _,___._ __ .__... _
5
❑ � -
� � RIM=871 a3 i
� � ��
�� �
� 30" RCP @ 0.50%
�a 615 : � i
n�� =,s.osas i
V = 3.07 fVs
i
_
K
�
C
O
LL
0
� 605
� 3i m z
wh �m
� �
W JJ JJ
� J __
W �+��
I [�
� : '
D :
�
, �
' —i
�
�� m
�
I �
�
Y
20+58.91 STORM IINEA=
/ 0+00.00 STORM LINE G S
0+00.00 STORM LINE H
CONSTRUCT 5'x5' SQUARE MANHOLE (SD-007)
J
-PROP � SEE SHEET 19 FOR WATER
LINE INFORMAl10N 0+15281ATERAL VN3 =
24 RCP Q 0+82.35 STORM LINE G(13' L)
ro •�/ o V�'�a �NSTALLSTANDARDIO'INLET .'"iQ1 "
/ •n ,
I.,AT. �f N 1 � �. .. ,; , � � ° - - � LAT. VN 3 a
_ _
`-^ ' ` , � _ . �_. _.— . -.-, .,._ _ '_
�� 1��^ -' , _ , . - _ _
J 1 VK VI L�IVC' /�
— —L— — — — � �...,— —PROP. I VAN NATTA
1'"' }�O . 30" RCP � 24^ RCP LANE
' LAT VN4 � \ 0+80.47 STORM UNE G=
�. , , �� - INSTALL 30' PLUG _ _ _ . _
__ � _ . . ,. . , . ,�__ _ _ _.. _ _ . � I . ..
,
PROP. r - , e
� �`, ;. � 24" RCP � , __ �� �����a:,
> >ia,a'
� ' � - � 0+76.595TORMLINEG=
N`L ��. 0+00.00 LATERAL VN3 �
, �� INSTALl30524" 60' WYE
� , Q+fiE �5�9��STORM LINE G=
O+pp.j1Y7 LqTERAL VN4
PROP. a�41.41 STORM LiNE H= ��NS 9AL9 L3A0"x2a4'A60�� E
Z4�� RCP 0+00.00 LATERAL VN2 0+82.33 STORM LINE E(17' R)
INSTALL 30"�4' 60' 4VYE INS7ALL STANDARO 10' INIET
635
625
615
6' WATER
LINE
w
w
U
�
� 605
635 STORM LINE G
4
nQy u w n
(9 w" (7 y� C9m � C�
wzs wz, wz� w
� h � 3' �'c�
`� Kfi E�a ��o E�
� N U O rG� O r m o a
O m� N J y� J t~i] J
J n
om N vO1i.$4 u°''jo �Q vQ
�'� Z 1- m F- 1-
g�� � n Z � g 2 � Z
625 ��,... o�_ �_
..... ...._ _ _ _'
EXISTING SURFACE �� YR t IGL \
� __
- -
�RIM-R�1 0.'i
30' RCP fd 0.50�5 �
615 � � �
a�a = 74.59 cts
V = 2.s7 ft/s
6" WATER 6" WATER
LINE LINE
STA 0+14.87 -
PROP 8' WATERI.INE
ELEV.613.30 j
w
wW
WZ
LL;
605 ��
wz � z
xm
J m m m J
�+�� _ _
[:�c�
625
615
605
4
5
SCALE IN GECT
s... ...
I�._______.�
c �o ac
NOTES
1. ALL ftCP SHAI.L BE CLASS ill UNLE55 OTHERWISE
NOTED.
2. ALL STORk.f DRAIN JOINTS SHALLBE FULLY GRDUTED
THROUGH ALL CURVES UNLESS RADIAL PIPE IS
PROVIDED.
3. PIPE INSTALL4710N AN� ROADWAY REPAIR SHALL BE
COMPLETED IN ACCORDANCE W ITH COFW STANDARD
DETAIL STR-028.
-y�Pl6`� Tf�����
�,; •.
� �i
i.._. _... �
'.'...R:G. CREWS...'• �
�i 9B131 ...��.
���1,',,,";� o'`��
F C�
THE SEAI APPEARING ON THIS
DOCUMENT WAS AUTHORIZED BY
GREG CREWS, P.E. 98t31
ON 07/12/201i
IQ 0�/07 ADDENDUM N0. 7 REVISED WATER LINE INFO RGC
�
I ORTYVO CITY OF fORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPT
ENGW EERING OIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
STORM PLAN AND PROFILE
VAN NATTA LANE
AECOM TECHNICAL SERVICES, MC.
��0� FWWvVqECOM.COM S 6U1� 600
TBPE REG- NO. F-3580
HOR: P' = 20'
u�n F7'W-WATER su,m � o,�� JULY, 2011
VER: 'I"= 4'
oa��u�w �p cna�km NB � Pro�ac�Na 60183231
o,.,� GB nnaro.oa GC I snooi gp ai
� � I• \ � . ,s ���I I I �U
o ' I �
��� � I � � 1 �
w x « �J �I! � '�- �
��^ c ! i I
�'u�� . li i: .. �
Oozr , _ � � �'
�U�� i � I
m
D �`°� ' '. i Z
J 0 I� I �" i �� �
J
LL �
W II � �
� I; \ I � �
� � � �. � �
'� �
I
JOiV EXIST �'� ' � --
%' -
- CURB k GUTfER '�
-, � � ' JOIN XIST •
�� CUR�& GUTTER
621.67FL ��� �
JOW EXISi ... � � � � . — — — —
� CURB k CUiTER ��
, � � � � JOW EXIST '
� � CURB & GUTTER
. . - _,__ ._- _. _ _. _-_ •��: _� -_.—.__--_ .- / / c _ .
C. __ _ .- _ - . .. . , _ - .
.. . . . . � . .� ... . . 61827FL � .. . � 618.47FL . ` ��
I �' 2 �Q
`
Q �'nOFOSEG ,d" ?C� ' ' � ,
MILAM STREET �°�N EX�ST
� � CURB k GUTTER
. p 6,9.�,F�
� fi18.91FL � -
�
¢ . . :_. . �� . . \ � � _ _..
_ - `
. _ _ _ _.-__- __ _ __. _ _.. .- - __ _-_ __ . _ �
o �
O
a
O _ � — — — — �OIN ExIST � : � � — — — -
� - CURB & GUTTER ' � � �� �l
x
r � =
f° 619.8 C ��
> B 67921FL� ' 619.33IFL ��
y �
ti �
5 I 2 , I Z
3 . �. . _ ' � � �� ��.
0
0 `J
U [O � / L w I
N m v ,I I
� o N �:. �� � r
w - � N � . � � JOIP EXIST �j � � JOIN EXIST :J
_ � Q� cD CURB &;UTTER .,i z � ICURB dc GUTTER-�
N
c3 E� '-'' O � . �-� �
o CNz i
U �' �t�� . I I •
d ��� `�
� ��o �,
� � � �
O II �
oA �
I I.
� I , '� � — — — —
N Ij I �
C� I I'� II�I II I �
o I'
3 � � �I
� c�° � I.
o �
LL . — — — — — — .. ;I '�,II
o i
� � 'I
U � � I
I I � I
N I ii
O I� �:
� ' '�. �'', \
E I I
�I�
z I . I � � �I'i
� ;I ;'
LL ��
� � �
��o�
o,Z
NQa=
�o�
�o
�3
0
�
�
Z �
N
} N �
J �
� Q co
Y � �
O j O �
z
'J�o�
wv�
Y¢��
¢�3
m �
O
�
N
ary
oi
¢ � o0
� o
��3�
�aw�
z � �
� � �
� ��`�
'J U U 0
U
� � �
� w
M =
a
3
d
F?.CPC=tO 4� ��:P
_� �--�
sca�E ir r_e-
i � �
o to zo
CONSTRUCTION NOTES
1. CONSTRUCT VARIABLE DEPTH (MIN 2")AC PAVEMEN7
ON EXIST BASE TO MATCH EXIST GR4DE.
2. CON57RUCT 7EMP. 2' AC PAVEMENT ON 6'
Sl16GRADE.CONTRACTOft TO GONSTRUCTPAVEMENT
REPfURS TO U!:�FORM CROSS SECTION THAT
CONFORMS TO ADJACENT CROSS SECTIONS.
3. COSNTRUCT 6" CONCREfE CURB 8 GUTTER PER
DETAIL.
4. CONSTRUCTCONCRETECROSSGUTTERPERCOFW
STD DETAIL.
z�-6"
��^ /R=��2„
I / SLOPE
GUTTER UPTO 3"R �
MA7CH GRADE � �
:�I�
OF ADJACENT � 3"R t
PAVE�AENT + E%PANSION
� JOINT NMEN
_ � SIDEWALK
\ y PRESENT
�` eb^ I I-'�
y3 BARS
6 " CURB
NOT TO SCALE
_'p�F'\oF��TF� �
�
::�~' .� �.9��/��
.�
�..._.... ..._...%
i R.G. CREWS
�.._........98131....., �
�1�,�� �C��O.'�`l�y��
���1,1,� �_
THE SEAL APPEARING ON THIS
�OCUMENT WAS AUTHORIZE� BY
GREG CREWS, P.E. 90131
ON 07/12/2011
Q 07/07 AODENDUM NO. 1 REISSUED TH6 SHEET RGC
i
I ORTWORT CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPT.
ENGINEERING DIVISIIXJ
I 2009 CAPITAL IMPROVEMENT PROJECT
(COUNGL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
I INTERSECTION IMPROVEMENTS
MILAM STREET & NORMA STREET
AECOM TECHNICAL SERVICES, INC.
��0� �200 SUMMIT AVENUE. SUITE 600
FORT WORTH,TEXAS 76102
NMNJAECOM.COM
T9PE REG.NO.F3500
HOR: 1" = 20'
��m FTW-WATER � s��m. o,�o JULY, 2011
' VER: i" = 4'
a,s���oa. Cp cno�koe. NB a,oi�=��� 60183231
� I o��w,,. GB I nnwo.oa. GC I s��o�i 24a oi
5
D
C
0
�
�
r
r
a
c�
O
m
� B
a
�
� —
o %�
F
3
0
0
�
N _ _ —
0
�
�
ui
�
�
LL
0
�
�
� I
� N N
- w �
n+ O J I�
Z
;� w �
�j w
`oc�x
o��
�oo
��
��
0
�
— — � � � " � I — —
�
il
— — � �; � i
� " Z
� �, �-- , �
;
� ,i N
i !�
� � I �i; I
I ' ji �
I
I I
I
I I ` � li I
I i `�i �
J01 i EXIST ���N i'I� �
CURB �`UTTER CURBI & �I �
\ � �' GUTTER � �I
x �
e ��
C
_ _ � 1 _ _ _ _
JOIN EXIST . . . , 620.44TC
� CURB & GUTTER 620.16TC 619.94FL
619.66FL n JOIN EXIST
� 1 . N� CURB & GUT7ER
_` 1
619.73F1 v 619.87FL � .. ..
�`J
I: .
�r.oi�>>F� aa" ecr ;
�
JOIN EXIST � � JOW EXIST
^ � � CURB k GUTTER
CURB k GUTTER� 62D._ 1� `J 620.29FL . ��
\ / � ♦ �
. -_ ....____..__. � . \�.
_ - 3
�
. .. _ _ p '� . . — _ — —
_ _ — — — — � . 620.86TC
620.36FL
�
w �
J � Q
� �
����
m,�n
� � x �
K
N � m S
r
W O �
�ao
< 3
a �
a
�
�,
�
> v1
a�l
��N
ow^
�
� I
620J4TC I M//'�
620.24FL I L! J I� 620.91 TC
li 620.41 FL
I ' ' `
I �
� � - � � �
O'-I�- � "J
� � /////J � � �
� � � I� _ JOM EXIST
�� CURB & GUTTER
JOIN EX15T .I -1
CURB h GUTTER ` ` �
�:
V � .i
� ,:
SAWCUT CURB � �I '.�'i
& GUTTER � . ''
AND PAVEMENT �I��i i�I� I UMITS OF PAVEMENT,
I ' I, CURB & GUTTER REMOVAL
i.
� � -- ��' � � '� �
I I li
i
` ` I� — —
— — — — �� �
� �
N� � il� � �
� a
•
� I I ,. � ¢
I � � I I
u
7 �
N
0
�
�
Y N �
zw�
�Z�^
w z
� O w x
�-�~
,� Y C7 =
m�0
��3
�
0
PROPOSE� 4E" °iP
v
n
z �
a c~ii �
N
0 0,��
���
az
C� �wx
� �
� � U =
U � �
wvc
��3
�
�
c
�
v
�
�
�
� i
� N N
Q
-- �,—_,
scn�E in �_tT
� I
U 10 20
CONSTRUCTION NOTES
1. CONSTRUCT VPRIABLE DEPTH (MIN 2') AC PAVEMENT
ON EXIST BASE TO MATCH EXIST GRADE.
2. CONSTRUCTTEMP. 2' AC PAVEMENT ON 6"
Sl1BGR40E. CONTRACTOR TO CONSTRUCT PAVEMENT
REPAIftS TO UNIFORM CROSS SECTION THAT
CONFORMS TO ADJACENT CRO55 SEC710NS.
3. COSNTRUCT 6' CONCRETE CURB 8 GUTTER PER
�ETAIL.
4. EONSTRUCT CONCftETE CROSS GUTTER PER COFW
ST� DETAII.
: ptE`�F \TF.{���i
S ...... . q I
� 5.. ...� " '.. s ��
.
:.: '::�4
...._ ......................_... �
R.C. CREWS
%/�.......98131'.... �
�4 ( O �'
�i F;'�iCt�SF-�'��_
q��`�� Ec�'r
THE SEAL APPEARING ON THIS
DOCUMENT WAS AUTHORIZED BY
GREG CREWS, P.E. 98131
ON 07/�2/2011
i
Q I07/07 A��ENDUM N0. 1 REISSUED THIS SHEET RGC
ORTWORl' CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPT.
ENGINEERING DNISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
INTERSECTION IMPROVEMENTS
MILAM STREET & GREENLEE STREET
AEGOM TECHNICAL SERVICES. INC.
��0� FWNNJAECTMAOMS 6UIZE600
TBPE REG. N0. F-3580
��c FTW-WATER I ia: HOR: i"= io' ❑ m- JULY, 2011
�•�9�0��. CD i cn �xoa� NB v o�ir+a- 60183231
�,.n: Gg ,o��a�. GC sn m: - - -24b „i . _ _ . ..
5
�
c
a MILAM STREET
�
�
r
H „
a.. _ _ . . .. . . .
Q __
O :
2
`° — —
o I
� B I
m I
y
o �
O �
m i
U I
6 I
h�
w �
w
� �
U �
�
o �
�
E
QI
vA I
N
O
N I
= I
� — —
3 �,
� ,
o i
LL
0
� I
U
m �
� �
� I
I
� �
� I
z �
� i
�
�
�
W �,
a �
w �
� �
J��
Q�.-
O�a�
J
E�Z��
Cp�=
�oo�
gN3
a
a �
z �
W
�
�
�
�z`�
r��,
wQ�
�+ �¢�
Z
X
N �`'�
o��
�m3
¢ c�
_ �
O
�
r
W N
a co
= Z �
�—� N
¢a�
�O �a�
z
� a �
�,� � � � i, � ����.��___�
� 1
I ( � '` � o
�
�
I: �
oa —�z i
I � � •�� �JN
� li a� oQ�
I .�z��
W a n
C�wZ�
O Q=
'� (, - �� '�o>r
i ' w� �
i' I W � o
~ ��3
m
;1 I �� - � � n . �
I Ii r �'� � o
I�
I I' I i �
:; � ;
JOIN EXIST ' i ';
CURB & GUTTER �j � JOIN EXIST
. I (' CURB dc GUTTER
i
cr �
N
\
— _ �, g — — — — — — —
��,�� -
JOW EXIST -_ � .:=
CURB k GUITER � � ' " '" " ` '" " �� JOW EXIST
- ` �� A� CURB & GUTTER
r� �� � �,� � � _
' � �_ _ .. . . .. _.
621.23iL L'1J , , � 622.007FL � , , .
' ___o
JOM ExIS7
CURB k GUTTER —\
\ 627 60
- — M
w
�
;.� , �
�
� i
622.1 i
621.60R '
JOM EX15T �'
CURB dc GUTTER
SAWCUT CURB '
k GUTTER I
AND PAVEMENT II '
I� �
I �
� `
�
� ��
I ' \
� ..
'f
� _ � � ._
ro�
M � �I', ..
(i \
i) i
':I �
I I% �
�
JOIN EXIST
.21 ���� � CURB dc GUT(ER
V
R __ _
�
�
�
� 288TC
�i 622.38FL _
, JOM EXIST _
'� CURB k GUT�ER - �
, , I
\ i:
W I
\ 'I
Z
Q �
� �'''! I
�
�
z , ,,
Z '� �
� �, , �
�� ,
I
� . .
d
��
��SC�.�E ir—�f � i�
o ,c zo
CONSTRUCTION NOTES
1. CONSTRUCT VAWABLE OEPTH (MIN 2') AC PAVEMENT
ON EXIST BASE TO MATCH EXIST GRAOE.
2. CONSTRUCT TEMP. 2' AC PAVEMENT ON 6"
SUBGRAOE. CONTR4CTOR TO CONSTRt1CT PAVEMENI
REPAIRS TO UNIFORM CROSS SECTION THAT
CONFORMS TO AOJACENT CROSS SECTIONS.
3. COSNTRUCT 6" CONCRETF''CURB 8 GUTTER PER
DETAIL.
4. CONSTRUCT CONCRETE CROSS GUTTER PER COFW
STD DETAIL.
: �E OF � F�y�
c%`P .:..........:.Y I
��r��; � .9S�I��
.y
?...: ......................:.... �
R.G. CREHS
� ... ........................ _. _ (,
� i 98131
� �h��� � '•.! /CENSE�`��'�
(W/i Z N I,11 ;���_
O ¢ �
C+. � F co THE SEAL APPEARWG ON THIS
a� DOCUMENT WAS AUTHORIZED BY
F+ w Z x GREG CREWS, P.E. 98131
O � ZQ � ON 07/12/2011
'JC>S
Z�
W�o
=�s
� �
o ,
�
IQ �'I07/07'�, ADOENDUM N0. i REISSUED THIS SHEET RGC
� I
— — ORTWORY CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS OEPT.
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
I INTERSECTION IMPROVEMENTS
MILAM STREET & VENATfA STREET
AECOM TECHNICAL SERVICES, INC.
Z � ��0� 1200 SUMMIT AVENUE, SUITE 60a
— � FORT WORTH, TEXAS 76702
� co WW`/J.AECOM.COM
^ � ti � TBPE REG.NO.F3580
�" p✓�O
'� = z o wn FTW-WATER swm HOR: P' = 70' oma JULY, 2011
�' w� r oos���a CD cna�xoa NB P��ia=ir+o 6018323�
�
y? N� o.,..,� GB noa�a�aa� GC sn�i 24C m
5
C
c
�
a
Y
O
a_
�
O
O
a
c�
a
x
m
0
w
Na.
5
oA
�
x
r
0
3
�
K
0
LL
�
U
�
�
i
i
z
w
� L ,�
L .�
�
�
t
�
STA. O+pO= STA 0+67=
10+96,61 STORM LINE A(32.74 LT) -� I �' 1Q+9572 STORM LINE A(34.17 RT)
CON5iRUCTS'SS MH . �, CONSTRUCTS'SSMH
NORTk11NG=20997.63 . �' � r� . , � NORTHING=20997.3'I
EASTJN,G = 30003.14 �� � I'1� EASTING = 29936.23
�i.f� o . � . � a�c/� a
_. � ..�_. _. .. . _ ' `�_'
-_�_ _—'. _� o ,
"_ o
38�-. .. , .- . � = I � . _ . .
Y �
HIGHTOWER STREET
�-- . •�...�REMOVEBTtPB"CLRYS � � . -.. . .
INS?ALL 67 LF e" PVC S`� -
ei.c/� v�. , � , . � _
a�
w_ ,
zI
J
� �
�
�
H
U)
�
0
� � SANITARY SEWER UNE
63C
62C
61 C _._.
.��
� �
¢ ¢
2 Z
� 5
O s _
O
OJm W,�n
mr
o= ��
.-� o—d,
iEMP. ASPHALT PVMT. REPAIR PER FIG.,S(H-030
TREN[H BACKFItL qEPFIP PEfl FIG. S(F �UY9
EXISTING SURFACE �
/1_.__. . _ _____.-..._
I I
e^ Nvc C�! i.nu r. I
� I
/
PROP.48' RCP �
ELEV=605.72
i.�, �
oa �
m m � _
m in io , •
oN o am
�X �
aw a aw
�'�'�0
630
620
610
.11
4
S
,
SCA�_ IN fEET
..u�ur�Wr
I � — _— l
0 ZO 40
= ctE`�F"TFk�4
=5�.�...�.._ q��,,
,., . •
;.: ••..,
...._ ........ ........_' ;
� R.C. CftEWS �
,..._.......98137......_ ...�
�� �:',i,� Q'\��%
F3'"
THE SEAL APPEARING ON THIS
OOCUMENT WAS AUTHORIZE� BY
GREG CREWS, P.E. 90131
ON 07/72/2011
I i (
i I
I� 07/07 A�DENDUM N0. 1 SHEET A�DEO RGC
i
ORTWO CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORNS OEPT.
ENGINEERING �IVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
SANITARY SEWER PLAN AND PROFILE
MILAM STREET
AECOM TECHNIGAI SERVICES, INC
��0� FWNfNAECOMAOM S 7UI�Tz 600
TBPE REG. NO F-3580
I w�� FTW-WATER swm HOR:1"=2a' o�o JULY, 2011
vER i"=4'
oaeiaooa CD cna�xoa NB c�io�iH� 60183231
� � -----.._—
o��„n GB nvn�o�oa GC I snoa� 14a oi
PMVf. REPAIR ..� -�: �...� . . . �
... PMYT. REPAIR �
PER SiR-028 p� � r( _ _ PER SiR-028
263.79 LT I ' 13.18 LT -��.d0 RT "" """" ' -
INSTALL.
CONNECT TO EXIST � EXIST. GRWN� ��_6' MJ SOLID SLEEVE
6' WATER UNE .. ..,,,..._..- _..... .,, � �E�S`�'/!Zt".....,._...,,,
�� � � - ' ��� ��.� .......... . / 7-8"%6" REDUCER
IN TAIL: � �� .. .� � ...�... /���i....... ..... � .. � . . . . � �. . ����� ��� ..... .-. 8� PVC / CONNECT TO E%I5T
1-6" MJ SOLID SLEEVE
1-8"%6" REOUCER 3.5' MIN.
243.97 LT ----� 790.68 LT /-8� P�� LINE A f C-900 6" WATER LINE
LAT R82A \ LAT R83 C-900
24' RCP 1 p4' RCP f � 7X4 RCBC� - 30.33 Ri
� E%IST 6" WL /��\ K GIXJNECT TO EXIST H'l�RANT � lAT R87
R 598.17t (! 1\ 181.68 l7 13.19 lT INSTALL: � 24' RCP `�
252.97 LT - �� � 1-8' 45' BEND 1-8' 45 9END 1-6"X45' BEND R�E EXIST 6' WL
. i-8" 45' BENO FL 598.19- '- fL 597.70 �L 2' MIN. 6 lF fi' PVC C-900 SiA. 4+25.62, 54.42 RT FL 597.903
� / 594 �g MSTALL:
--��� FL 597.22 1-45' BEN�
249.72 LT � \\ � 184.93 L� ROTATE 45' OOWN
1-/ 45' BEND il 1-B' 45' BEN� I 1 STA. 4+17.17. 45.66 RT --�
STA. 4+17.71, 23.92 RT � INSTALL:
10 FT. ( 10 FT. I 1-8" GATE VqL�E dC 80X 1-8" 45' BEND
f.OWABLE FILL - - _,�FLOWABLE 7LL q' MIN. ; ROTATE 45' UP
6' (AIIN) AROUNO PIPE 6' (MIN) Ai0UN0 PIPE �' r ,`
fi.BOLT � � ,"�-f-�'�� � r' I_�N= i� - J�ii 'i-��.cJ.r
i-8' 45' BEN� �� �OWABLE FILL ��591.45 � �Q FT� _ I��'�OWA6t,E fllL ���'qTER M''�`�� LQ��E�`�r�G �ET/�'��
6" (MIN) AROUND PIPE 6' (MIN) AROUNO PIPE pipT iG SCALE
_ 8` DIP 8' �IP
___._._ __-_... _ __
PMV�. REPAiR PMVT. REPAIR
PER STR-028 PQ� LIMITS PER STR-02B
..... i 12.87 �f - iJ.o4 R! -�' - I
I I � -ExiST. cRWNO NOTES:
ELEV 611.89t
I �
���,���� 1. TOP OF WATERLINE SHALL BE PLACEO A MINIMUM OF 2' CIEARANCE TO EXISi1NG AND PROPOSED UTILITIES.
23.77 LT ,� I 25.90 qT
. �-B" GniE VnL� B� Ox � I� e•� p��� 3.5� MIN.� UNE � 1-8" GATE YALVE h 80% � 2. THUR51 BLOCKING NOT SHOWN FOR CLARITY.
�� C-900 +` 54" RCP�
i
}%�_ 3. CONTRACTOR TO VERIFY DEPTH AND LOCATION OF ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION.
E%IST 6' NL � -� ' ` �
R 607.90t 73.50 �T 13.50 Ri 32.92 RT
�- 36.46 LT �-8' 45' BEN� 8" 45' BEND CONNEC7 TO EXIST
CONNECT 7o Ex�ST 6' WnreR uNE 4. ALL WATERLMES TO 8E PVC C-900 �R 14 UNLESS OTHERWiSE NOtED.
6�� WATER UNE INSTALL:
C 1-6" MJ SOLID SLEEVE
INSTALL
7-B"x6" REDUCER 5. PAVEMENT FOR FLOWA ILL TO BE SUBSIOIA Y �.
1-6" MJ SO�ID SLEEVE
1-B"X6' REDUCER
F� 602.84 6. SEE OVERAIL WATER �AYOUT FOR LOCA710N5 OF ISOLATION VALVES.
2' MIN.
SJ5 �T 5J5 Ri 7. TRENCH BACKFILL IS PER RG. STR-D29.
_INF A- c��"t� 7+6 j_�� 1-8" 45' BEND I �FL I, g" 45' BENO '
---___--__.__- 10 FT. 600.�0 � \_
�VATER N1AIV L04'vERliAG DCTAIL -` sLO�uiHj� ����
� NOi TO SCn�E AROUND PIPE
8" DIP
m_._ . . . .. . . .. . .. . ...... ... . . . . __._ .. _... .. _. _ . ..
PMVT. REPAIR PMVi. REPAIR
' - PER STR-028 �/} MIR
� � _ 6 ll� I113.U0 RT ' " PER STR-020
13.0 -
EXIST. GROUND
� �ELEV 617.493
iti
Qii�i . � 23.A8 RT ,i.�"i�ooi/
� 25.62 lT 3.5' MIN. 1-8� GATE VALVE & BOX
�J 1-8" GATE YALVE h BOX ,
,. a �1 Y � �� �-c
E%15T 8" KL-� v�, �36.19 RT
fL 607.903 42.96 LT -FI.
= CONNECT TO EXIST 48'NRCP� 6»�96 � 60N��NA�RTONEXiST
fi" WATER LME 6" PVC
m B MSTALL C-900 �NsfiA J SOUD SIEEVE
W 1-6" MJ SOLID SLEEVE 1-8"X6' REDIICER
1-8"x6" RE�UCER
> E OF �Ty�
�
� LIFIE A- STa IO+St41 9��Pt�........F-rys,�
..: ...,
s �NF,�E� MNN GE-�IL : � � .._.:
NO? *0 SC4LE ���fL 605.64
..._........ .
� . . . .. . . . . PMVi. REPAIR . . . . _. .... . . . . ... .. _ _ _.. .._ /..._... R' 98�3�..._..'
' p PER STR-02B PMVT PER MTERSECTION PMVi. REPAIR ��I '�. � Q, �(,�
, m iuoonvc..cNTS P��N PER STR-028 ... -EXIST. CROUND 1�� !CEN�:� ��`�l
I -.____-__ ____ -_ _.___�-- .__-___- . _ _ ..___-__ ___ __. -_ _.___-_ � lEV 619.ODt 1�.
' q 20.26 lT - 19.86 IE I- I '1 � �� 1;,`�� �'
oS I �
H
CS� r- 95.38 lT ���-r���� - � - _ . qG/F:'/ '
N �35� MIN / lAt NR3 ' LINE A 35.78 ftT THE SEAL APPEAR�Ni�i ON THIS
�- 24" RCP 4B^ R�P �24F R�p ,� EX�ST 6' WL DOCUMENT WAS AUTHORIZED BY
= e,57 �i � R 6t5.72t GREG CREWS, P.E. 98131
INSTALL: ON 0i 12 2011
� _1-B'xB' CR�55 � �
CONNECT i0 Fl 614.61 -44.86 RT
� 104.44 LT � -FL 613.99 IJNE�CC0+06�43 1-8° 45' BEND
1-6" MJ SOUO S�EE�E -� '� CONNECT TO E%I5T
1-8'%6' REDl10ER � � 6" WATER lME
� 24.68 RT INSTp�L�
1-8" 45' BENO � � i
. ' Z' MIN.i � Fl fi17.37 1-8" CATE VAIVc & BO%� t-8"X6"� R D �REEVE I .. i
1 2� MIN, ( i
�, �I ' � � 'X' �1 �� i 1 41.66 RT � i .
� 100.444 LT ' � I � ���-- FL 1-8" 45' BEND
1-8" 45' BEN� �� FT� �_ �_ 10 fT. FLOWABIE FlLL 608.70 �_ 10 FT. _ FLOWABIE FlLI. I �
U � 25.32 LT 6' (MIN) AROUN� PIPE 6" (MIN) �
N A i-B" GAiE vA�vE ac e0x ARIX1N0 PIPE Q 07/07''�, ADDENDUM N0. 1 REVISED WATER LINE & PVMT INFO RGC
p� - 8' OIP � .
JNE A- STA 14+12 51 �
� WATtR 'JIAIV �O4ytP.11�G Gt IAI'�,_ ORTWO 7RqN5 ORTAOIONOANDPOUB ICWOR'KSDEPT.
o vot rn SCA�L ENGINEERING�IVISION
2009 CAPITAL IMPROVEMENT PROJECT
� ��A�^y % i��,�, (COUNCIL DISTRICT 5)
26.84 lT
° iNsraw�� a.s' uin. i 22.63 �r �-exisr. cRouNo STORMWATER UTILITY DRAINAGE IMPROVEMENTS
; t-9'x6" ANCHOR TEE � i ��'8" GATE VALVE k BOX , LINE C EIEV 679.003 40.82 rt ExIST 8" wt
'" j ' '6' RCP 24T RCPOA R 614.69t I WATER MAIN �OWERING DETAILS
0 � � 1�
o � �s.00 �r ; NSTni�: � SHEET 1 OF 2
T �-40.48 LT 8' 45' BEND ' 1-9X8 CR�SS� . \ -LONNECT ?0 E%IST
-F� 615.�0
C INSTALI: � CONNECT Tp 8' WATER LINE ��0� �ZppSUMMITAVENUE,SU1TE6o0
INSTALL:
� t-e" PWG I UNE A�i4+125t � b12 43 t-g^ M,1 SOUD SLEEVE � FORT WORTH, TEXAS 76102
� 54.57 RT W�MN.AECOM.COM
WSTALL TBPE REG NO. F-3580
� ! �! � ! 8" 45' BEND
� _ 8.00 LT -46.57 RT
L�rI'C l, ciTf-, �C I�G.�.: 8' 45' BEND � INSTALI:
W I_ F� �� ROWABLE FILL 8" 45' BENO
u��i FTW-WATER I s�mo o�m JULY, 2011
� ... .... .......-. ... NO- iC S��l= , T� I 10 Fi. 608.7= 6' (MIN) AROUNO PiPE
_INE A- STA 1 a+l 9 1� � 6.4�_
( tx��anoa I cnor.koa a�oia�irva 60183231
� �. ��..�.�.�.� Y „����. ,.....�� .��� _ 8" OIP
2
- Oravm I pp vod Shaat 26 0l 3�
v �VI �V �. hi�
L
LL
���� �. � ����. ..��.�..i i.�.�.�����.������.�.����i�����i�i,i�,iii�ii,i�i�.�.�i�.i.�������.���ii���������.�������������.�.����������� �� .ii�....... .�i�����.���i�i�i���
�.��..�.�.�..��..��,��.������.i������I ,��i�i�� � ��i��i�,i,ii� �������ii��i��,ii�ii���������ii����������� � �� ��,�ii�,ii�iiiiiiiiii,�ii�iiiiiiiiiii���i�� i..n��i �i�� i�ii� �iii.i��i�iiiii���i�i�i� ���i��i� iiiii�iii��i��iiiiiiii���iii�iiiiiiii�iiii�iiii��iii�i�.i�ii�iii�� ii�����i��� � ��i �� i� nii��iii..�n�n.i�isnni�ii.�i.i.iiiii�iiiiiii�inviiin�i,iii.ii���i����i�i��in�ui���.��nii�ii�iii �i���i�ii ii�i��i��i.�ii�.i.�i.�i��ii�.��..�.�in..i.�i����n�n.i.ii,ui��ii�i�ii.mii.i�u.����iii���ni�iiuii�n�ii�i�iiii��i�iii�.iiii�iiiiiiiiiii���iiui�iiiii�.iiii�e.niu��,.�.ii,�... _ ,
'i d 5
0
r..
� I
� �
m �
_�
� �
'n
�
O
a
_
m B
�
�
�
� I
G
m
(S
�
2
�
0
�
��
�
U
oA
0
A
�
3
K
0
0
�
U
�
�
i
�
1
PMVT.
REPAIR PER
57R-02B
PVMT PER INTERSEC110N
IAIPROVEMENTS P�AN
30.64 LI' - 47.74 ftl
Y
ii�i�ii
65.75 l7 IINE A �
EXIST 3•5' MIN. LAT GL1 4B' RCP
6� WL ! 30" RCP
74.02 �T ---� O 6.78 LT
MSTALI: 1-8':9" CRO55 6.33 RT
1-8" 45' BENO CONNECT TO FL 672.97 e' 45' BEND
8"X6' REOUCER vl. 6i5.33 � �059NG
t-6" MJ LINE E O+O6J5
50LI0 SLEEVE �
CONNECT TO Y MIN.� 5 FT.
ExIST
6' WATER LINE w � I �� � �� T L 2' MIN.
70.15 LT � �-Fl 612.50 FlOWABLE iILL 1' FL -r R\ E%15T
1-8' 45' BEN� � 6' (MIN) AROt1N� PIPE � 610.24 � ` 70'S5
70 FT. 4.25 RT FL 609.293
IO F7. B" 45' BEN�
LWE A - S1A 17+3250
WATER PAAIN LOWERING DETA �
NOT i0 SCALG
25.24 RT
7-8" GATE VALVE�
�� �
•�-Fl
612.50
e" DIP
ii�,�i/
Ex15T B' YA �EXIST. GRWNO � �
ELEV 620.20t
Pl 615.DOt uNE E 30.06 RT
�70� RCP LAT ML17A
14.35 lT 6.79 lT
CONNECT TO E%IST 7-8"sB" CROSS 24' RCP
B' WATER LINE CONNECT TO
'hL CROSSING -Fl 615.17
INS7ALL: LINE A 17+32.50 FL 614.53
1-9' 45' BENO
1-B' MJ SOLID SLEEVE
LINE �- STA 00+06J� = B.�o �T- �" I ' � y'�
LIN� A- S?A 17+33J 2 6.75LT 8� 45' BEND � �� .�
� � R FLOWABLE fllL FL 612.34 ���
610.24 � 6" (MIN) AROUNO PIPE �
WAiER MAIN L04V�RING DE7AI� _ ro Fr. �_ ia FT.
. NOi TO SCF�E - B" OIP .. ..-. _
89.06 Li .
CONNECT TO E%IST
6' WAiER IINE
INSTAIL:
7-6' MJ SOLIO SLEEVE //�����
1-B'x6" flEOUCER 79.92 LT
t-B" 45' BEND LAT VN3
24' RCP
]4.94 L7
�INSTALII
1-8�x6� ANCHOR TEE 74.85 LT
i-BXB CROSS
CONNECT TO
` WL CROSSING
Fl 616.95 LINE C 0+14.85
2' MIN.�
84.97 lT - � .' ( 11 �t
7�0' 45' BENO I
10 FT.
� _ __- _ . . __ __ B' OIP .
_
LINE_A_ STA 20+52.39
WATER MAIN I OWERING DETAI�
NOT TO SCALE
-UNE A
42� RCP
77.02 RT--�
7-9� GATE VAI�E & BOX
FL 675.08
2' NIN.
I �'
� FL 612.41 �
_ 70 FT. FLOWABLE FIIL
� - � �� ��/�N) AROlINO PIPF
- _..__ . __- _
�\
E7f15T 10'S5
FL 608.14t
3
�EXIST. GROUN� I
ELEV 620.20t
. .. - �//�//�'// .... _ __
38.86 RT EXIST 6' NL
�AT GL3 FL 616.SOt
24' RCP
47.74 RT
FL 675.43 INSTALI:
2' MIN_1 � 1-B' 45' BEND
1-8'X6' RE�UCER
� 1-6" MJ SOIID SLEEVE
I CONNECT TO EXIST
6' WATER LINE
44.75 (RT
to F7. 8' 45' BEND
FLOWAB E FILL
6' (MIN AROUNO PIPE
_�
3.5' MM. EXIST B' VA.
Fl 615 71 t
39.46 RT lT
CONNECT TO Ex15T
9� WA"IER LINE
INSTALI:
1-8' 45' BEND
1-8" MJ SOLIO SIEEYE
2 RT
ALL:
5' BEND
r EXIST. GRWND
/ ELEV 621.953
/
.. .._. __..___
// Y/6//
52.81 RT 3.5� MIN.�
UT VN7
24� RCP
623Y RT
8' 45' BEND
-FL 61�.05
2' MIN.I
� �
-58.56 RT
B' 45' BEN�
I _ 10 F1. I
- � _-- __ __ _
ir,diwii i/9'i,�ii 1 . -
E%IST 8' Ni.- ��E%IST. CROUNO 3.5' MIN.
FL 618.20t � ELEV 621.95t E%157 B' NL
LINE G FL 61B.20t
30' RCP
14.05 lT
T2.]5 LT ' � 1-B%8 CRO55 -- 12.00 RT
CONNECT TO EXIST CONNECT TO CONNECT TO EXIST
8� WATER LINE N1 CROSSINC 9� WATER I.INE
INSTALL• LINE A 20+57.39 FL 616.17 INSTALL
1-B' MJ SOLIO SLEEVE 7-8' �5' BEND
1-B' 45' BEND 1-8' MJ SOUD SLEEVE
i 1 �
��i�F (�i - S'I i� 00�': �F gJ= I6.25 LT 5.75 RT
LINE A- STA 20+53 30 ( 14.85LTj �-e• +s� eeso �siz.ia � F OW 81EE�'D`
.....- __ __ _ 10 FT.
WATE4 NAliti' LOWERING D�TAIL �--- -----" 6' (MIN) AROUt9 PIPE
- B' UIP
No- Ta scn�E - - ,
_l
�65.63'RT
CIXJNECT TO EXIST
6' WATER LINE
INSTALL:
1-8" MJ SOIJD SLEEVE
NOTES:
1. TOP OF WATERLINE SHALL BE PLACED A MINIMUM �F 2' CLEARANCE TO EXISTING AND PROPOSED UTILITIES.
2. THURST BLOCKING N0T SHOWN FOR CLARITY.
3. CONTRACTOR TO VERIFY DEPTH AND IOCAT10N OF ALL EXISTING UTILITIES PRIOR TO CONSTRUCTION.
4. ALl WATERLINES TO BE PVC C-900 DR 74 IJNlE55 OTHERWISE NOTED.
5. PAVEMENT FOR FLOWABLE FILL TO BE SUBSIDIARY TO PIPE.
6. SEE OVERA�L WATER �AYOUT FOR LOCATIONS OFISOLATION VALVES.
7 TRENCH BACKFILL IS PER FIG. STR-029.
4
13.5' MIN. //F
9.75 l
CONNECT TO E%I5T
e• xti
MSTAIL
1-8' MJ SOUD SLEEVE
1-B' 45' BEND
5.75 LT I
I-B' 45' BENO
5
9' DIP
/� EXIS7. GROUND
LAT Allli �ELEV VARIE53
24' RCP
/ic�iwii
EX15T B' wL
Fl VARIESt
9.75 RT
-fL 674.56 CONNECT TO EXIST
2� MIN. 8" WATER LME
+ PVC �NSTALL:
i-8� 45' BEND
5.75 RT t-8" Af! SOLID SIEEVE
10 FT. _ I e' 45' BEND
' FLOwABIE Flll
6" (NINJ AROUND PIPE
WATER MAW LOWFRING
�ATERA� ML"1 _
NOT i0 SCAL�
- �Q''l�'`OF `TE'-�"q h
:5r' ._A_ �.s4
%•� yQ � �
..: - '�..,
�.""_" .. ................... _.." i
R.G. CREWS
� 98137...., y
�h�l . ��'. <! CEN?�.`�"��'
1�111 `\�� ��
THE SEAL APPEARING ON THIS
DOCUMENT WAS AUTHORIZE� BY
GREG CREWS, P.E. 98131
ON 07/12/2017
I I
IQ 07/07 AD�ENOUM N0. 1 REPLACE WATER UNE RGC
I i
I ORTWO CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBIIC WORKS DEPT.
ENGINEERING DIVISION
I 2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
I WATER MAIN LOWERING DETAILS
SHEET 2 OF 2
AECOM TECHNICAI. SERVICES, INC.
��0� FWW�N AECOM.COMS 7 7� pE 600
TBPE REG. NO. FJ580
�u�n FTW-WATER sWm om� JU�Y, 2011
���BnaE C�ockad Pm�aclNo 60183231
� Oravm hPP�avotl SM1oet 2] ol 3Q
C
C
6
�
�
�ii
0
0
d
O
_
m B
W
6
N
N¢
J
�
0
�
W
W
S
U
0
6
�
�
oA
�
3
O
0T
F
V
0
i
�
z
w
1
�ia i.o. I A
f 4RGE °!Pf) I
j _ / �r--:-�� \
+/e 0 — /// � I
o�E .. �c ��� .;, f., s \ � � . i
�
_ � /
_,- �� , J� �-
1j8 `
Ci'�C�'EnFEREVCc `\ "
�iT(F i \� I` ��e/
�\ \ e ��- �
� �; -� �mt�
I ��
j �A
� � 0 ;�PFG'c F;P`cl
I �
IFo�e�o�r
Sf_CTION A-A
�� z;s aE� T i� s �
AS SMJYoI � i
�� I �
•o..:, .
�'
_ - °- 1 ,
: " ,'. ''�. ' _ , I
.. . . ' I�' �. I
� �
� 9, 9, �
� I
I -- �
- � ,
� :
� �' �
_ _—'_- ' _' �•i I
I � t� . J)
� / �
`
� eass a ,=� os -1 ' �
(r,IRCUC1FERe4�lA1)
CITY OF FOR7 WORTH TEtAS
REINFORCED CONCRETE COLLAft
REFER TO
SAN-009
/ '_�\ r
/ �
i- 1 � '.
\ I ��Y �
\ SE � / ./ i Tr �
^ '� I���S,\
' � \` � �/%�� , II '\>\
�. .. �t � �'
uarv�o�E FenME, covEa, .� (< I�, � I�I i( Y �
GRADE RINGS AN� CDNCRETE� �.�� i I 'I
CCL�AR PER SAN-009 YnT�+ I �— I
"SEWER" CAST IY LID ��.�
1.: � i�
���
� � ���. �. �� :il J
s l"_ •• , .'I ��' �
/ \ \\ . �I � �� . l//f
� I \��i'•�.� f� —
TRENCH YlIDTH .
CONC CRADIE �; 4
� 2 COAiS OF APPLYIINiERi04 TO EX��EN� TO � �
B�TUMASTIG CORROSION P;PE BELL .. '
COAiINC PftOTE¢'I�N AS �
REOUIF�C 'i � '
.:
, � , 0-RING GASK:TS �.
� ASTM C-76, CtA55 I(I � JOi�lTS {iw) _
RCP PRECAST MA�YOLE.
�UINiS RECOATEO SECiIONS OR "cOUAL
AFiER SECTIONS (REF E2-�SJ � +VARIES t41Tr
PU' tOGETNER — � — I, P�PE OIA
—� SECIION A-A
A 1 A
�:
� '.. � �.
cRcu,� '� �� I;'
I i � _ _ l+ ;
� �, .�.�� - r l �.. -
� � I — — �� T
i
� � i � +
� � _______ , ' r� .
. ./. . .. 1_ ._. �
u=_: aooa as coNcaErE� �Il SECIION B-B
C 4' pIA FOR SElSER PIPE
UP ?C 21" DIF
� �IA �OR SEWER F�P�
:1-14 MATERIA� 24" TO 36" �iA
E2-�4 CONSTRUCiiON
ORT WORT I CIN OF FORT WORTH, TEXAS � DATE FEB 2009
STANDARD 4' DIAMETER MANHOLE SAN-003
Z
� D4'E oE-20a]
� SD-411
EXISTING
CUR9 &
GUTiER
�•,�'�A��''
EXIS (ING -
SUBGRADE
(IF 4NY)
J
TRENCH ftEPAIR LUAITS
E%iSTING Hl,1AC I MEW H!/AC
PAV=MENT (5EE NOTE i)
�
�.w� � �
� � � 2 i C6NCRE E . � � _ ° m 6.4
-�° a � �_ ., �
r-i�i-il . • �
an ii�1,�11�n 1� � � ��L 1����ii -�i�' �-
,,�E�,a ��� . � �,2�-��c�iF �aRiMe conr
I I I ' _ ,� I�I �>
_�� �_-�—BACKFILL MAT[RIAL
PER �ETAIL WTR-�29
� �� 111 il : � � ��F (see aorc a)
oiTCH �+n�� . �� IIE
NOT 5
1 FLL cX15iiNG ASP�iALi COURSE SHALL BE REPLACED 70 iHE ORIGINAL
�:PTH. 2LACE A AIINIMUM OF 2" HMAG SVRiACE COURSE (iYPE "�"
rnix) ro valcr, ExisnNc cRnot ns sHawN
2 R_ACE A MIN CF e" 7�2� CONCREi: AS SHOWN
3 fLOWABLE =!Ll MAY BE REpUIRED iC BACRFILL ALL TRENCNES IN
OOWYTONN SIHEEiS A\0 IS OPTIONAL IN 0(HER AREAS. IF FLOWPBLE
FiLI �S RECLiR'c�. A SCPERa?E PAY iTEN YIILL 8E PROVi0E0 FOR SUCH
4 ALL CCNSiRUCiION MVS? BE IN ACCOR�ANGE VYIiX iHE CITY OP fO4T
WORTH STANOFRG SPECI(ICATIONS i"OR STREET AND STORAf �RniN
CONSiRVCiICN.
4
S
,�f�FL �
�L� , .. �'`�
.. .': I I E � : �. ' � . �
e ' �
, Er g I
�E��i�C�r�r—,�-��.FjL� : r `�� s< saa (_�E �lo�.;
,• - � 1
� �
�i - '.`�' �{ �-5"E REIN��RCE`A",' G7R
ro•,-a.-�c at�is
- \..� _
�:-�-.
� i = �,:IGr�, C. cicr uRJO'��
I �. �
(.��'.. ���,,,.��.' � ..�''�'.::�..':'�'.... ..... . .
i
ORT�VORT I cirroFFORrwoan�,��cas
PERMANENT ASPHALT PAVEMENT
TRENCH REPAIR
aq EFa� cx x�
sec ymc �-� aa (sti�cr un*�eaa�� -neae� na.es
� � ee,ucaerc aivc s« ;;e �rvsu�.coa"uiroa �ows
zesc°io¢'nn so°Prza�o�ocr"s �"�
� s"aca s`.v°oEao m "
soawas� .� n. w � , i H� s e ndnaa
� .no z wnr ec �seo Rcnrn. ,is.r.u�uos mcs i
--�/ _`���FSn�Ps°sen��'�°
BEooirvc No� i D�/3�'�'G����� c �c
� oNG tD�o Y
� ciOruN
REOU�FUE�wi5AA5p auFC4�v -p�nOAiiC4 —/ BEOCI
✓_r
STANDARJ TRENCH INSTALLATION
�css ,nA ��e�s� �v ¢ cwancnor. aur no
ioo so� I nmx uscs'�� �<.�aA SYaoss �.Pnxo oRocwF�;oA* ��
sa�s n o u u. u a a n qE - �RavEt�r ( qt e� �
,� „�� aE�wti"° .� o� o��Ati_x,� � I «:;E"•_'aA.:, ; �,,. � � i
�AUNCN
iui'�� in ES5 tEP 9EuoiM j I es 95
s,
sw � o s
�
I irrE t pe/]< 4`+'NUM ��a' 95x [a2fARv _. . --
lEss'M � n� �I
�� ��s.�.xsx °` F A ��u_�a:`�i�z±xoNSE��" as as �
IDo/ S�iM^x bW Nno E 55,. G'EGaRr I:[niECOrzv Yii) I cc. sc �5. .t6 I I
I n.. � ,oE�s'�- � `i�c°a'�n:'. I i I ��� ss m ..
�, Ci G�VtA��ICN �SE I OR I I I ��
i ap/13 uiN��4V4, Hai ; CA�?fApY�ii n. na a
'�, 1�E55 '4aN 6�,N j 95 I , yCIM� oE PPOL piSENr CGMVAC Ov5 L/ Sinn� 0 no I
v.f�Enniry �Fyx41H nVMH s>EcppECevo ioa [ou[�c � TME [hG�vFER SN��� non E�
.v Brpp�su5C5P0 NA�NCH ZG�_5 SMnLLEBE cOUPaC�[„ En5' aAE
cGi+=�ACiiO. ELtfrFD fCi 1nE uN.iCqiir L� SP�, w f�9nCKiit� ZGTiE 5
5 PPEV�Ox�inE�9fL0inG�A p?SROSR�iO ��E fxi 0 pi f 0�GILA�iCR iME PLA[EMENi Ci i4E
REINFORCED CONCRETE PIPE
TRENCH INSTALLATION DETAIL
DAiE: 14.2IXf7
STR-028
� �J;�FCRCEMENT�=OR CONCP.E�E ?LL6 �
I PP= <�_ R_;M1FORC.-11 I D1SiAtLCF I
3>R
I
I I8'-S�" #'2 :, 1i" 2�?N 1VAY5 i '/2 T I
� ss'-sa� ,�� � is" aonr uzrs �, �/a - �
� c'-er aa � i� ec�rH .n:�r, � iy ��
.�
NOT STEtI H�I,��'c rOR P.E�%liGRCE�J GO,YCR�rE °�
°LVG SNP�. BC �.9GAiED ' 4 I� 5e0�E �c'hTFR
PCI�S OF Fu1G i�':0 ifEL M�NGlES 'MLL 6E
RE�Ui?ED OM1 PJJ �S OL' 15" FIPES CR _ARGE+
4h0 SH?l`_ 3E °IAGE� ' .. ��ART 4N� '1<
LC� aH0`IE CENfFR 0-'�'.:'t�'' .
����t��. ciry oF FOFT avoRTH, rexas ��,are os-�o�,
REiNFORCED CONCRETE PIPE PLUG I SD-014
�k��:flP� a��u�«��T�,�
.a�nr�5.on _oi /
� /� xls
//��� v.u..v ��.
Ha �..�e o�y� Jrr�nas
� / �
�L i _. . - .w.�Er. o..�ve�� o�.a,�
e-o x[s.a xnu stxCE*s I
"`nc,'a"sso`;�E - "µ. _ � - - „�� ax
nex�x.� sr,c � >,unox �ca sv�v.'tt �vc� ., s�n o..s �a�x ayrcx �aFoxe
� �µ.En �Ao ���M.coa s,AE I
I co�,n�a-�ou �w �.
I, �� _ o�oo __"_I
CONCRETE VALLEY GUTTER
I i.
Q 07/07 ADDENDUM N0. 1 REISSUED THIS SHEET RGC
ORTWO CITY OF FORT WORTH, TEXAS
TRANSPORTATION AN� PUBLIC WORKS DEPT.
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTI�ITY DRAINAGE IMPROVEMENTS
MISCEL�ANEOUS DETAILS
SHEET 2 OF4
AECOM TECHNICAL SERVICES, WC
��0� FNMNJ AE O M.COMS 6u1 ZE 600
TBPE REG. NO. F3580
u�n FTW-WATER s��i� � o�m JU�Y, 2011
0o=�9�m cne�k�n Pio�aclNo 60183231
o,�,M I AVPmvod � snoo� 28b ��
,
C
a
N
a
n
ti
�
F
a
0
x
m B
0
w
¢
m
h
h
S
0
m
�
w
w
�
0
g
�
5
��
�
oA
N
S
�
3
�
�
O
0
�
0
0
i
w
�
a
z
w
Z
�X�'1`!l'. S,R C. _� ' 6.1E�c�l� AS 400FJP21.:'�
_ - J __
- - � -
� ...- � , � : _ -
��"f� �Ul
_ � _
- j '
_ `/ � �
— —irJ
F^� _ i
n ,
��1i o' '.11f� `J�IAFt�JC� 5' M1�.+.( �;,'� rq� �URFOSLS
- ++��ti ai� °EF. lJ�l= Y<hp
%1 5' F.t��N G�l,!EtiSIG�I t.!�.! �Cq ? FJRP`.5�5 �H,:�_l
n�
cE 6� 0^I AfAIMS 24' 4PID S�Aa:LEP 9" 0� A;Slllc SO`
4,�7 ! ARCER iS�En 9.] P � CtIBI.'. Y�Rp
� 4" MIN G��AE451CN �" I,�qF F�R PA'� PURP6St5
kHE11 8�D �E? C,IB�C vuRl�
a) t,��,ss 'E (moc Psi) carr�E!t cnnc�r
fiICASE41ENi S.alt STOP " E�"NER 4DE O� JqN?.
4YD YY11�i1 ENCnSiNG .:ONCRE e PRESSUP,E PiP"e, f'_L._
LENCiHS �'i �I°L inP'_L BF, EiiCFSFD, JG�tiiS
EY4l�'DEC
`ct-1 \1ATERiSt.
E2-' COMSTRUCTION
�ORT ATH ( ciry oF FOR1 woRry re�;s � cnTe =�� zoo�
COMCftETE ENCASEMENT WTR-096
� E%iSiII:G ��rRFA�;=
� � L �/
I _ `� i , ., w
N, � a a � �� z 'n' � - - ,
� {� x'-irr., .:_.._. , yt_ �h' r�r
f � :/ ;.
�
� � ---' � � � � 4 � <e ;,;..�_ ,�e�cm,
�� _i�.T �,. � � vnRc �a.sH i r��.;
s
_ , , � ��ICqSEMEi�`ItIUS �
l " +�-� � —�J'�tDE �Inl.l�� �f 9�:_
o� — � � � � �- � � � -,
. �, . _
---�1 ��� --� --� -,�
: L - � �"' �--� .�
_ -� {� .F -. �
— --
�
- - �����_ ' �
� � 1
� - �_ J
_ � _ � �. �_�
�:�=___._- � �� -� n+ e �az�i� .� "'
�",� � � � �� � SFCTION A-A
A �
U i,�RlcBl� T,�EN"H wlDin C:PSS 9' (L�0 0'_';�. G=NFrG;,�D Cn��,RE7E �i}PPn� BEa1E 4;,D E'lCeSEn9=�iT �EvO�-�
SH�iL 8E IAEaSUPE� �1S THE 5?At:DAR� TF:NCF �'0'-i. (R"cF [i-2 i6). ��U� - P. �ET (�'1 r xnl�iN?�.=} BEAR�IIG
o� 2x c�+ un�o�s-vFaen Fa��ti sr-a�� se aEouia�c cr �;.cH s�n_ o. -NF �2Enc�
� �LiSS B' l[5C'G P5�) �2E1�'�FUFGE� PJN�n��E >r+AL:. dE "-J 'N ��ONS-PVi,iICr� 0� -1 S!!�=JF:- E"eAGi FJ� 'eriG_E'.fE�"
'eOP. SEalEA LINES TWEL'.'E iM1CHE� ,�2") D'Atii"tT=F. 4i!C _?GE� SrY�� JVES �' �t T:•F_�E �M1CaES (12')
V�?!AE:E'.. dl�:N �:(i._�i0�1 CF S�W�rc SFRVICE _ll:;'i SH�L_ 3E ='EF.+1C�f; 9 JU/�',I__F:�.^•i PI�� JN �pF 2F 'JN
5`1P�rF-=^ qr aFpRFVEYTIOYEC ��NC?ETE ENCRsEME:J�
� FOR� I CITY OF FORT WORTH TEXAS � OFTE F'ce so;.3
SANITARY SEWER PIPE
Fi ��o n+n � Jt�a� WTR-019
�z-ao sNsrH,c,cn TRENCH CROSSING
J
cx��N.: 'AC--�
- \,`� _ - - - -
. - � -�� L'.l
�' ,� _ �-Ex�s�n: sE:ra ,.uae
�--� --
- �c �--�-�
3/ � _
- �J_ _
`-� � �.,'USE� Yl4"'cK �:.1�N
=11 _ — _
��. �4Ri�;2'.c TR:v�F V/iDTH PIPc iENC',i SNAL� P� M-.:�'.�.REC e5 >..\G,vZ.: iFEflCH
ki�rn, (arr, :z-z �e� ��u_= rouR FFEr (�:). wc ,urzr wi�t ee ,:uovcc vn*niu rHis
pIMENSION 4 �.i,llu4ni Bi�l��f, �F 2»' Sl-AJ_ EE PEQUtRE'� ON �.CH SIDE UF 'HE
ii'EM1CrI
`2 ` 5ErtER LIMES ' �55 THa�i TNE�JE ihCHES !_�; N �I4AETER _H�a�L EE RE'I.A�ED Nl?'-
CltiS� `Sv .. _i 'h'JPl P�PE
iNE ��IiJ1i�G J: DJCTLLE IPOti PiPE ^I:H +�ftCi��'Oft 401 INi_F10� COAT�tlG F.'Y.VYA
� G-90�. GONGftEiE Pi?E Ok SCa-2E. AS O:PEfrEO B" iHE ENGINEEF, SHil._ dE MAJE
WITFt i RcfH�NE OF %vE�7°RE!v'c CpUF�sNG e- =-{?5 5'c4E5 3C9 sPitILSS STEEL
C01!'�>>ILN S;�npS �R 'NI H nP�R0��E0 AO�P��;RS
�4 tH� lA�l�l.Iu�! CLr`,4"2PN�E 9' SEWER �G K�4fER !INES �HeL 8: E�CHTEE�I �NCH�S i18")
EI-� IAA�E3IAL
E2-2 COIJS'RUCtIDN
S`O�T Y►VYfT CITV OF FORT WORTH TE?(AS � DATE FEN 2CCo
SANITARY SEWER PIPE REPLACEMEtJT � yyTR-018
4
5
_ - ".,I i' _ �_
' - _-�' ji - __��,o- _, ._nFi.�
- _.: SEE�S?E��E�-2.a
;dirir,s��,i e" r,i:TwL ____��� ���3::. _�;';;: _ c C �:�
6°GK�I . Cf,V�R , . ., =�F'r� A'ArERIA� EMEE::{�Ni
_� & '�+f A� B?�tFli
�`O S:c SPc:. Ei 23 C.._
I
,� tl.MUU E �'_ _
,.r�e�'a�Er �'- -
�-1 �-�!'.-, - -
VlATER: Si7fS UP TO AND INCLUDING 12"
„a � i�
=� c' _-
>+ �
GPE "_' 34rK�,.�
r.uHRwta � w � "-�- - � O -I a_� �'-2a
a��h�i�� ,, e - - � c o
_' = � \��e���sr�.:
, SUPFl; .+ETYv c?ti]E 8'+P
"V�1 G� aPPCC•/E9 EGU�i
S .,
�
llJ�fi" �
L�,nEO IC�1'� � ;R��HF� �tO.vF.
.-1 — - - �� 5!'C� C: � 2.3
_ - _ ._; - '__ : G': D,
j4hG GR.IJ�TICN
-s_ maN �o�- F�ssi�ic
,92G0 S.EJE
�I = I� Oti lESS
—___-___.___.......__ __..
^RUTir:1 3I7i.� �:R��,�'IGN i
S�E� >I�F P,FT���E� 'i
�" 1^-75 I
'/a' =.S-9f1 �
4a SC 'CC '
TC --'"� '
NO E SP :,� pTqh
WA7ER: SIZES 76" ANC LARGER �`�E�Eu�'" � E"a
lYA'ER AYQ �AN'nov
SANITARY SEWER: A�L SIZES s�rs�� ou��
�AATERISL SP�G'Ir�TiONS
tH: EM1I6E��Mr.Nf AND BaCnF'LL JE1A'�5'P.CIiJEC Ot� �HIS
SH_ET cyALl FcPLP�E 4PPROPoiqT� P�ip`��SiCNS OF c'1-2 d(o)
<NO Et -[.3 �F M: GEfIE.=.A�_ _Oi1TR-CT ]OCUn�r�T° Pt:D
�=CIr'ICATCnS FGR WATEP D[rARP.1E4T FFOJF?.. �!., C D)
ALI CI`�E? FRO'iiSIGNi GF ?uESE I'[NS iNnL_ F�PLY
� ?IPE S;Z= D�T�HnY4n�
: o �.:,,n�uce �
A1111!t.11_!A-?
6" E F" I
a zs i
1 i 5,S' I
1^. 6 �
L- ?¢F . 6 �...
t �a _ ___ 8-_____I
I 1
�. �
i i6" 9- I
I n2 9' i
I �d 9' I
�ORT�(1RT ciTr oF ForzT woaT�i, TExns � o,� r Nov �a,o
WATE9d AND SAldiTARY SEWER
EMBEDMENT AND BACKFILL DETAILS � wTR"029
ORTWOR CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPT
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCI� DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
MISCELLANEOUS DETAILS
SHEET 4 OF 4
A=COM
i
u�n FTW-WATER s��m
oos�onoa cn��hw
D�awn qpp�ovoG
AECOM TECHNICAL SERVICES, INC.
7200 SUMMIT AVENUE, SUITE 600
FORT WORTH, TEXAS 76102
WNhV.AECOM.COM
TBPE REG.NO.F3580
oam JULY, 2011
P�m�i �0 60183231
� sn�i , 28d a�
0
�
a
�—
a
0
a
<
�
>
0
<
�B
�
1
�
I 2
NOTES
1. CONTRACTOR TO CLOSE ROAD FROM BLOCK
TO BLOCK FOR UTILITY WORK ON MILAM STREET.
ONLY ONE BLOCK AT A TIME MAY BE CLOSED.
MAWTAIN ACCESS TO ADJACENT PROPERTIES
AT ALL TIMES.
2. CONSTRUCTION WILL TAKE PLACE MAXIMUM
OF 300 FEET AT A TIME.
3. ALL CONSTRUCTION IN INTERSECTIONS WILL
TAKE PLACE ON SATURDAYS BETWEEN THE
HOURS 9:00 AM UNTIL 4:00 PM ONLY.
4. NO TRENCHES TO BE LEFT OPEN OVER NIGHT.
5. MAINTAIN ACCESS TO ADJACENT PROPERTIES
AT ALL TIMES.
6. WORK TIME LIMITED TO 7:00 AM TO 6:00 PM
WEEKDAY USING DAILY L,4NE CLOSURE. DETOUR
WILL BE REMOVED AT END OF EACH WORK DAY.
7. CONTRACTOR TO CONTACT CITY OF FORT WORTH
PLANNING DEPARTMENT AT 817-392-6594 48 HOURS PRIOR
TO ANY WORK BEGINNING AT PROJECT SITE.
2
3
4
8. THE CONTRACTOR IS TO OBTAIN USE OF
RIGHTS-OF-WAY. BARRICADING AND STREET CUT PERMITS
48 HOURS PRIOR TO ANY PORTION OF ROADWORK.
9. SEE TXDOT STANDARD TRAFFIC CONTROL DETAILS
SHEETS TCP (1-2) -98 AND BC-07, FOR ANY ADDITIONAL
SIGNAGE OR ITEMS THAT MIGHT BE REQUIRED.
10. CONTRACTOR SHALL PROVIDE ACCESS TO DR�VEWAYS
FOR PROPERTY OWNERS AT ALL TIMES.
11. CONTRACTOR SHALL PROVIDE A FLAGGER FOR
DRIVEWAY ACCESS AS REQUIRED OR REQUESTED BY THE
OWNER/ENGINEER.
12. CONTRACTOR TO REVIEW ATTACHED TXDOT STANDARD
TRAFFIC CONTROL DETAILS AND ACCOMODATE EACH
WORK AREA ACCORDINGLY.
13. CONTRACTOR SHALL SPACE THE SIGNS BASED ON THE
POSTED SPEED OF THE CROSS STREETS. CURRENT
POSTED SPEED ON MILAM, ROBIN HOOD, VAN NATTA,
GREENLEE AND NORMA IS 30 MPH.
3 � q
S
N` �
����7 ������
, ��-„^,,
����`••�F••�e+�o
O �•� �����,��
C*: � .#'�
Cj*: '.*�j
r......................... v
^ h'AJE�H JAiJANTHANAN rJ
� .............. ...'v9
� ti �•
� ti: a�4ni••• ��j
� � �' ' �`"�i
O�Q` �5;.;� E + ;..aG��
�`�.�Onlc�.� o
� CITY OF FORT WORTH, TEXAS
TR4NSPORTATION AND PUB�IC WORKS DEPT.
ENGINEERING �IVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
TRAFFIC CONTROL PLAN GENERAL NOTES
SHEET 1 OF 1
AECOM TECHNICAL SERVICES. INC.
��0� FWWW AECOM COM S 6UI � 600
TBPE REG. NO. F-35B0
Iu�n. FTW-WATER s�ia: HOR:r=za' o,�e, JULY,2011
Ioe:�9�ea�. RJ cne�a¢a: LE a,a�� Ho.: 60183231
Io��w�: A8 �+ao�o�ea�. RJ an.ei. oi
5
0
�
e
A
I
�
�.
�
a
�—
�
0
a
<
w
�
m
0
w
�
a B
3
0
a
�
0
F —
w
w
_
�
U
s
U
3
��
�
0
U A
s
�
3
�
�
0
�
V
0
�
w
a
LL
0
2
I �
UTILITY � ;
WORK
AHEAD ONE LANE ;C
a9 � � � . � ax
CW21-7D ROAD �� ! i '
I� END
ROAD WORK
� G20-2a
�
MILAM STREET
b. . . . . . � . . _ . F
�
UTILITY ROAD DETOUR
WORK CLOSED AHEAD
AHEAD AHEAD
CW21-7D CW20-3D CW20-2D
PHASE 1
Y
O
0
�w
m
��
a
w
�
AHEAD _ :� ' � END
CW20-4D ROAD WORK
FCW20-7A G20-2a
i
AHEAD � ROAD UTILITY
DETOUR
ROAD CLOSED � e� CLOSED WORK
TO R11-4 dE AHEAD AHEAD AHEAD
ROAD CLOSED Rtt-4 THRU TRAFFIC s'� � ��
TO s4 ' I CW20-2D CW20-3D CW21-7D
THRU TRAFFIC DE OU M4-10 `-' I 1
Z
❑
0
0
. _
Z
m
0
� �
180' TAPER-
(6) DRUMS @ 30' SPACING •
3
I 4
END
ROAD WORK
G20-2a
�
� ONE LANE
FCW2o-7A ROAD
AHEAD
AHEAD CW20-4D
. � UTILITY
END WORK
ROAD WORK l AHEAD
G20-2a � CW21-7D
MILAM N
DETOUR
� DETOUR �
,,� M~� �' 1 (� —�(!q )I
� �,y I V I
MEADOWBROOK ; _ � �v R�_�
MILAM DRIVE - f !
DETOUR � �
Ir
O ♦ R3-1 I�
W � � M4-9R
MILAM —�I
1 � �'Zj DETOUR m
� ; �� M�L ~ � �� �
R3-1
ROBINHOOD LANE ;_ �
d ♦
�� � MIIAM ��' �
DETOUR R3 2 � �
�
M, 9L DETouR � �-
J
i\
1
�
�
, MEADOWBROOK
� DRIVE
ROBINHOOD LANE
♦
,JEWELL STREET JEWELL STREET
DETOUR PLAN FOR PHASE 1
N.T.S.
2 � 3
r� :
— �
i // _
,.:.
� 1 \ MILAM STR
T — —
.\�`-'��\'�_---._ __. �. __ _ � \� . _ _. EET
- ----- I ` - - �
w �
MILAM
DETOUR
M4 9R \\
----- -�� ---ri�i
� A�ILAM
DETOUR
� �
� M4-9L
MILAM � � i 1
DETOUR —�j I
� �
m
M4-9R m
�
MILAM �
DETOUR �
M~L
SEE SHEET OF FOR
TRAFFIC CONTROL GENERAL NOTES
a
5
� � �
SCP�E IN FEET
�__ �__ �
�� ��
LEGEND
H TYPE III BARRICADE
� TEMPORARY SIGNS
� CONSTRUCTION ZONE
• BARRELS/DRUMS
�--Q FLAGGER
,�'�,
p-���,7 /zv�►
�\ � nF,.: ;t�lp�
�,,.. .
� �,.•' � '•.s�0
•*: •.+4
+: ....... :.*.
k AJE SH • JANNF; I Hl.N 4^I
.�....... q 34n�..... ..0.
��O�. ! �E.` .�-�`i
� '. �C��d- ,•c•a
s • .. .,
��tes�a,v���� E�
D
C
B
A
I� CITY OF fORT WORTH, TEXAS
TRANSPOftTATION AN� PUBLIC WORKS DEPT.
ENGINEERMG DIVISION
I 2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
I TRAFFIC CONTROL PLAN AND DETOUR ROUTE
SHEET 1 OF 10
AECOhITECHNICALSERVICES,INC.
��0� FWV✓W AE OM.COM S 6702 600
TBPE REG. NO. F-3580
Iu�n: FTW-WATER s��ie. HaR: i•=2a• o,�e. JULY, 2011
Ioe��g�ee: RJ cne�kea�. LE P�o�na r+o.: 60183231
Io�.,w��. AB Aooro�ea�. RJ � snee�. o
� 5 .
0
0
U TILI TY
WORK
AHEAD ONE LANE
CW2�-7D ROAD �
AHEAD �
CW20-4D
FCW20-7A
AHEAD
G20-2a END
— ROAD WORK
C
a
�-
<
0
r
0
a
a
�
0
w
<
N
ge
� MILAM 51 Ktt I �
FCW20-7A
n ? f ' ', AHEAD
2 � 3
_ � �=: END �
_ ROAD WORK
`� � ' �2�_2a UTILITY
�� WORK
-- AHEAD
�,' � -'. CW21-7D
�� ONE LANE
ROAD 0
AHEAD
�_ .
m .rla_ ¢ CW20-4D �
�
�,
-� �:
�—� �_'' ,
� �,
�. �
4
END
iROAD WORK
G20-2a
9 =�-- .
DETOUR ROAD UTILITY
AHEAD CLOSED WORK
AHEAD AHEAD
, I CW20-2D CW20-3D CW21-7D
r - � '' . . �
� T '.a — -
. _ � ROAD CLOSED R11-4
' TO ROAD CLOSED R11-4
THRU TRAFFlC TO
�, DETOU M4-10 THRU TRAFFIC —
r-7— _ DETOU M4 10
�� _ .. e _ _-- .... ....:..............
e�,
� � .
UTILITY ROAD DETOUR
WORK CL05ED AHEAD
AHEAD AHEAD � O
CW21-7D CW20-3D CW20-2D �
180'TAPER- ¢ .
(6) DRUMS @ 30' SPACING o FCW20-7A
180'TAPER- END
� (6) DRUMS @ 30' SPACING ROAD WORK
�i2�-20
�
w O
w
� �
END �
ROAD WORK � ONE LANE
G20-2a � � � FCW20-7A ROAD
o AHEAD w AHEAD
� •�--� AHEAD CW20-4D • � � AHEAD CW20-4D
PHASE 2 END m UTILITY UTILITY
ROAD WORK �� c AH� AD _� AH� AD
G20-2a CW21-7D CW21-7D
z
0
� � MILAM
_ � Z DETOUR
�' _ �
� r' M4-9L �
ROBINHOOD LANE
�� � � �
I � MILAM
1 DETOUR R3-1 l�
n � M4•R
��m
� N
DETOUR
�
C�
� R3-2
�
D
�
�
�
�1
m
RO�HOOD LANE
� ,�
��
JEWELL STREET -mi � �
'N
1
�
STR•ET i_.__� R3-� � JEWELLSTREET
� �� ♦
�� �
�
R3-2
DETOUR r
DETOUR PLAN FOR PHASE 2
N.T.S.
2 � 3
�����....`����� 1.._� - -�—
�� ��\\\\� ��\\� � ����\ �\V � MILAM STREET �
— _ �_� - .- � . —,
MILAAI � MILAM
DE�R ��� DETOUR
� — � I � I
M4-9R � � � M4-9L
MILAM �
DETOUR Z7
0
C
B
A
♦�� ff1 � CIN OF FORT WORTH, TEXAS
jTl TRANSPORTA710N AN� PLIBLIC WORKS DEPT-
M4-9R � ENGINEERINGDIVISION
I 2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
MIIAM
oErouR _- �; TRAFFIC CONTROL PLAN AND DETOUR ROUTE
� �� SHEET 2 OF 10
M 4-9L AECOM 7ECHNICAL SERVICES. INC.
�_�OM 1200 SUMMITAVENUE, SUITE 600
FORTWORTH,TEXAS 76102
WN/W.AECOM.COM
TBPE REG. N0. F-3580
� I u���: FTW-WATER s�aie: HOR: t"=ao' o.,ia: JULY, 2011
oes�9�ea� RJ cnr�kra�. LE P�oie��No.: 60183231
SEE SHEET OF FOR TRAFFIC CONTROL GENERAL Nv f tJl o„w,,: AB Aoo�a��a Ft.J sneei or
i 4 i 5 �
5
�� �
SCC��_E IPi fEE7
� �
_ z� a�
LEGEND
I----� TYPE III BARRICADE
�, TEMPORARY SIGNS
� CONSTRUCTION ZONE
. BARRELS/DRUMS
�---Q FLAGGER
� � N�
I
��� ��'"j �Z 0 � �
o f r °�q
�'�� ����0
����'� � 0
,*.; � �'•.: *1
R�JESH•J?.NP^�THaN-1�
..�,-....994f 7. .... :',t
p�o;..< �E�;'�2::
p �5.. ;er� ,.
` . .�r�
��4n.�oNn�_ � o
� I 2 I 3 I 4
. _---� . - - - ----a-.. �.
-� END -� END
UTILITY .�ROAD WORK UTILITY ROAD WORK
WORK G20-2a
WORK G20-2a AHEAD ONE LANE
AHEAD ONE LANE � ROAD '. �
CW21-7D ROAD , CW21-7D AHEAD � ' ,�''
o AHEAD CW2o-4D �
CW20-4D � , �
u�
FCW20-7A ' FCW20-7A � ROAD UTIUTY
AHEAD ROAD CIOSED , � DETOUR
R11-4 AHEAD CLOSED WORK
G20-2a END . THRU TRAFFIC ROAD C�IOSED R11_4 = AHEAD AHEAO AHEAD
ROAD WORK � DETOU I M4-10 THRU TRAFFIC , �W2Q-2D CW20-3D CW21-7D
_ DETOU M4-10 ��
�T _ �.;"'
_ , —. � .
,
, � � � .�\.���������������\�������� �������,���� �����\ �������
,,.:, ,� ;
_— _ � � - — � �° ������������\'��� �����\\��\����� ' � - - � - —
,, .:, -
� MILAM STREET " MILAM STREET
-_ _.� .. F- - - -�.-.-c._-_-
� _ , � — - 180' TAPER- ., LL � �
_i �- I� �
� (6) DRUMS @ 30' SPACING �`
END
• ROAD WORK
G20-2a
a UTILITY ROAD DETOUR � . •
WORK CLOSED W
AHEAD
AHEAD AHEAD '�
� cw2i—�o cw2o-3o cwzo-2� �• � �NROADNE . O
w _ � AHEAD
o � � .
a CW20-4D � ONE LANE
a 180' TAPER- FCW2O-7A END FCWZO-7A �� ROAD
(6) DRUMS @ 30' SPACING •�--� AHEAD ROAD WORK ' � AHEAD
� G20-2a ' AHEAD
m PHASE 3 ROADNWORK UTILITY CW20-4D UTILITY
a G2o—�a � qH� qp � AH�EAD
3B
CW21-7D CW21-7D
�
o -- -- -
ti��_,,h,
Q � bETOUR �� END
00 � C!%LJ��-��_�:IE 101J h
� � til �F-9L �
g r; t/ � v i
w - JEWELL STREET
� �
� ♦ `� �=-2
�
/� � �
" —1 JEWELL STREET
o - '-- — - I-- i - � "- PdILAL1
� � �� � � � � � � r�. t�i� MILtiW
W _i � MILh.11 � � DETOUR � pETOUR
� I�
� 5
�� �
SCALE W FEEi
, � �
a so ao
LEGEND
~ TYPE III BARRICADE
� TEMPORARY SIGNS
� CONSTRUCTION ZONE
� BARRELS/DRUMS
�--Q FLAGGER
• � ��
�
�-�i�,7 fzv �i
� ����1�
� � F � ���
i `�?�• F�y^�0
!*: � • '.#00
r°, .* .::...................'r * ��
� RA„ESH JhN4RTHf�NnN �1
o�pp�`, ,3� N � �....ro�;v✓
s� �: ;
��4����Na� o �
D
c
B
s j� To� � � � ♦ � �,
� �E i R
3 �,n�n�.i� �� � R3-1 iD I�14-9P. � ,
M4-9R � � � * M4-9L
a DCTUUG � V,IILAM �� � � I .
� HIIL�iitil �
UA ♦ � � C�t`UUP �1 DETCUR m I � A
I�A 4 9 L� -� i�'�! m
♦ m ��—� F ♦ �
CITY OF FORT WORTH, TEXAS
N� L—�,� R � � ��� �_� R � TRANSPORTATION AND PUBLIC WORKS DEPT.
o \ � F-'-� HIGHTOWERSTREET ENGINEERING�IVISION
r r J` —I r 2009 CAPITAL IMPROVEMENT PROJECT
� � � ♦ � (COUNCIL DISTRICT 5)
3 MILa`� STORMWATER UTILITY DRAINAGE IMPROVEMENTS
o � DE�R � I TRAFFIC CONTROL PLAN AND DETOUR ROUTE
o v4-9L SHEET 3 OF 10
� fi 3— G AECOh1 TECHNICAI SERVICES, INC.
�n ��0� 1200 SUMM1IIT AVENUE. SUITE 6�0
�iJD FORTWORTH.TEXAS 76102
— L tTOU R WW W.AECOM.COM
O
iBPE REG. NO. F-3580
w D ETO U R P LAN FO R P HAS E 3 � ��, F,-W_WATER s�,ie HOR i'=4a' o,iP JULY, 2011
zo�:�9�m: RJ cne�k�a� LE P�oi�=���.: 60183231
LL N. T. S. SEE SHEET OF FOR TRAFFIC CONTROL GENER,4L NOTES I o„w� AB „oP��ee RJ Sh=e� o�
1 � 2 � 3 I 4 I s �
I�
�END �
�� DETCUB
\ � � � �
y P,3-'
\ � HIGHTOWER STREET
r—I
� � ♦
� D
R �-1 7�
�
�
i�
m
oETouR � �',`� ♦ ♦ �'� �'
�, N-1-9R NORMA STREET I � � R'_ � �I
� � ` � I�' NORMASTREET
�A�-9L � �
✓
1
�
u
C
a
<
o —
a
�
0
�
�
a
>
m
0
w
Q
N
5B
� � 2 � 3 � 4
-� END �
UTILITY �,-�' ROAD WORK —`� �
� � WORK � E G20-2a WORK ROADNWORK l
� AHEAD � w� AHEAD ONE LANE ��� w' G20-2a
_�p ONE LANE O � CW21-7D ROAD o�
� ROAD � cn .' � �z u�',
AHEAD � AHEAD �
� � CW20-4D E
E CW20-4D FCW20-7A . •
AHEAD s o• ` FCW20-7A ,\ ROAD UTILITY
c� ,
DETOUR
� _ � : AHEAD �% CLOSED WORK
AHEAD AHEAD AHEAD
:F �2�_2a END _- ROAD CLOSED ROAD CLOSED i
��, ROAD WORK . To R>>-4 ro R�i-4 cw2o-2� cw2o-3o CW21-7D
: THRU TRAFFIC THRU TRAFFIC •�
I_ E `' DETOU M4-10 I DETOU I M4-10 i T _E
. � a. _ :: • � . ` —, . . � � i ,
: -- _ , �
, � — ��—
— -
_ - ��� ���\����� ����������������������\��������\�� -,
=�r— — — — MILAM STREET —o, - -- — � \ ���\��\\\\������\\���\�����\\\������;\\\\\����� MILAM Sfl��1� �
, \�-- _____ _
. —, ' _ . — — �
- i _ _ Yo � j,
END
. ' ' ROAD WORK
UTILITY ROAD 180'TAPER- � � '�— G20-2a
WORK CLOSED DETOUR
AHEAD AHEAD AHEAD � O (6) DRUMS @ 30' SPACING � i
CW21-7D CW20-3D CW20-2D END ' O
� ONE LANE ROAD WORK ONE LANE
180' TAPER- � FCW20-7A ROAD �
(6) DRUMS @ 30' SPACING • AHEAD G20-2a � FCW20-7A ROAD
AHEAD AHEAD
CW20-4D ±• � AHEAD CW20-4D
PHASE 4 END •� UTILITY �• WO KY
ROAD WORK � WORK AHEAD
G20-2a AHEAD
CW21-7D
CW21-7D
i MIL4M
I oErouR
— �j , NI�L �
�� � HIGHTOWER STREET
G ♦
�`
_ ��IIL4J
rOtTOUf?
C �
'� N4-9R
l �t
�
� MLPN
A � f�Tl �` DETDUF
� �
�D
F'3-'_' �
IN
pFTOUR
DETOUR PLAN FOR PHASE 4
N.T.S.
2 � 3
I 5
��_ �
��ALE �V FL_T
�. .._....�
n 2�-- �0
LEGEND
H TYPE III BARRICADE �
� TEMPORARY SIGNS
� CONSTRUCTION ZONE
• BARRELS/DRUMS
�-Q FLAGGER
L�
' � N�
� B
D7/�,1 /Zv ii
�'�11`�1�1
� �`'C'F r`\`��
� - �,qP.• •., 9S�o
� ���';' � *�1,�
�+: �v......:.*.�J
� ...........I . �
, � Ra�E>H ,.aNnnrHa^ia.ri J
I �oo��`•.( ���,467 c . � J
i pOpFss. ;tn!5�• �c;o
�
`T ���FCcv�.o ``a
MILAM' MILA�H
DCTOLiR — � � CET�JR �
LJ � ~
`,;i4-9P M4-9L I
l�� t i
��
�I
r�n��,�� mi � n
CE-OJR �� I
♦ CITY OF FORT WORTH, TEXAS
�!� I TRANSPORTATION AND PUBLIC WORKS DEPT.
I�V�4—�F � � ENGINEERINGDIVISION
2009 CAPITAL IMPROVEMENT PROJECT
--� (COUNGL DISTRICT 5)
MILA��I �� STORMWATER UTILITY DRAINAGE IMPROVEMENTS
LET�JP. �
� TRAFFIC CONTROL PLAN AND DETOUR ROUTE
M4-9L SHEET 4 OF 10
AECOM TECHNICAL SERVICES. INC.
��0� 1200 SUA1MIT AVENUE, SUITE 600
FORT WORTH, TEXAS 761�2
. W W4V.AECOM.COM
TBPE REG. NO. F-3500
Iwn: FTW-WATER s��ie: HOR: r=ao' o,�e. JULY, 2011
Ioe:���ea� RJ cne�xaa: LE P�oir«��.: 60183231
SEE SHEET OF FOR TRAFFIC CONTROL GENERAL NOTES � o„w� AB aoro��a RJ shae� o� �
I a I s
0
AHEAD � END
ROAD WORK
CW20-4D � ' G20-2a
FCW20-7A ,I
AHEAD �;
i ROAD CLOSED R11-4
' TO
G20-2a END � THRU TRAFFIC
ROAD WORK
E I DETOU I M4-10,
_ _ ' `� ��� ,� ' � . —..
� MILAM STREET rt /� �� �
UTILITY ROAD DETOUR � —
WORK CLOSED AHEAD �
AHEAD AHEAD
CW21-7D CW20-3D CW20-2D f ' /\
�,� � UTILITY
WORK
U TI LI TY AH EAD
qH� qK � a W CW21-7D
� ONE LANE � �
� CW21-7D ROAD � 'z � CW20-4
C
a
�
o-
r
0
a
�
0
�
LL
<
>
0
w
'<
�
Qe
oA
�
3
�
0
0
�
U
0
�
w
�
a
z
LL
180' TAPER-
(6) DRUMS @ 30' SPACING
PHASE 5
2
END
ROAD WORK �
�i2�-20
3
I q
- . �,
END
ONE LANE - i- ROAD WORK
ROAD �• � ' : G20-2a
AHEAD � �
D cn
� •W f
W
J � I
• W ,
FCW20-7A a
AHEAD � - � � �'E DETOUR ROAD UTILITY
, AHEAD CLOSED WORK
ROAD CLOSED I AHEAD AHEAD
TO Ri1-4 \;� CW20-2D CW20-3D CW21-7D
THRU TRAFFIC �I �
�;
DETOU M4-10 , T `�`
i
_ � �iy :� _ :I' , ,
� � � MILAM STREET
�� T , _ � ,� _ "� _
i \�r iP� -
180'TAPER- ' \
(6) DRUMS @ 30' SPACING � . END
ROAD WORK
G20-2a
cw2, —
G FVD
r� rL" - ��_ IOU!z
' 6:IIL�I�d
� DETOUc
N�L ♦
� NORMA STREET
r. �
ini�nM "'�
= DE OUR
D ♦
r
�
C M�-9E
l �f
�
Mi�a�� � i�n�t�,,
e_rouF � oETouR ♦
� m � GREENLEE STREET
til4- 9L � �l M4-9R �
� � � �
1
� ��
R3-2
r—�!
,�
tv� ,\ D
�
�
R�_, �
�
m , Q
m
�
��
� _� R3 '.
��/����\� �-- lv� �
� v ' L
P�—�'
FND �
U�- ICl1H'.
NORMA� EET
i �
�I ~
GREENLEE STREET
♦
DETOUR PLAN FOR PHASE 5
N.T.S.
I 2 � 3
tin�a:�i \ �
o�toui. ��� Mi�a�i
"'� � o= rouR
ti��—�� m �-
� h-14-9L
I�IILA�f �
1 �'
oErouP m
�I
���
.
�
♦ --I CITY OF FORT WORTH, TEXAS
TRANSPORTATION AND PUBLIC WORKS �EPT.
\�� �1, — �R ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
� (COUNCIL DISTRICT 5)
bliLatif 1 STORMWATER UTILITY DRAINAGE IMPROVEMENTS
�ETOUR
♦ TRAFFIC CONTROL PLAN AND DETOUR ROUTE
til_-�i_ SHEET 5 OF 10
D
c
B
a
AECOM TECHNICAI. SERVICES, INC.
��0� 7200 SUM1IMIT AVENUE, SUITE 600
FORT WORTH,TEXAS 76102
W W W.AECOM.COM
TBPE REG. NO. F-3580
u��c FTW-WATER s�me�. HOR:1"=20' oaie JULY,2011
oe:�9�ea: RJ cne�aea� LE v,a��aNa.: 60183231
SEE SHEET OF FOR TRAFFIC CONTROL GENERAL NOTES o„w�: AB avap��a RJ sn«� or
� 4 I 5 �
5
��i _�
SCPLE IN FEtT
� �
_ z� �o
LEGEND
TYPE III BARRICADE
TEMPORARY SIGNS
CONSTRUCTION ZONE
BARRELS/DRUMS
FLAGGER
��1���
!
L�-7��1 /��'��
- oF ; ���o
* �Pj '� :�:ys*��
...........................
RaJESH JaNaRrHqNAiV
...:......_sa5�......��.
o�p •. < �� ,: �,:
��� ' •:.:,": _�. cz>
�o
�4�5'�r,a_� f_�
�
C
a
a
o-
r
a
�
0
�
LL
a
>
m
0
<
�
� B
5
oA
x
�
0
�
0
U
y
0
�
a
Z
�
,
UTILITY
WORK ONE LANE
AHEAD
ROAD �
CW21-7D AHEAD �
CW20-4D
FCW20-7A
AHEAD
2 � 3
_-�
��.
/. d � UTILITY
WORK
�--, AHEAD
G20-2a END
ROAD WORK
_ _ �_
MILAM STREET
�_ _
UTILITY ROAD DETOUR
WORK CLOSED AHEAD
AHEAD AHEAD
CW21-7D CW20-3D CW20-2G
CW21-7D ONE LANE
ROAD �
�' � AHEAD
'�' = END CW20-4D �
I' r ROAD WORK u �
i_, G20-2a FCW20-7A
' ' AHEAD
ROAD CLOSEO R11-4
�"�� � � TO
� ; � THRU TRAFFIC
I � I DETOU I M4-10
i
� I� „ ,y:�.:.:..,�.�a:._����..�a�;�..;,e����,:;�.,:��,���i1 `�` .. ,:ti'
%w `-' -
��i%�►`���
W rFCW20-
180'TAPER- � '
(6) DRUMS @ 30' SPACING �
w
END ' w =
ROAD WORK � ' �
G20-2a c7 �
4
END
ROAD WORK�
� � G20-2a
'
• DETOUR ROAD UTILITY
AHEAD CLOSED WORK
��, AHEAD AHEAD
� .CW20-2D CW20-3D CW21-7D
\j2`, \�, __ � �
� „I �
ii i .
ROAD CLOSED R11-4
TO �
THRU TRAFFIC �,
DETOU M4-10 �
MILAM STREET
�
END
ROAD WORK
G20-2a
/ O 180'TAPER- �
(6) DRUMS @ 30' 3PACING �
� ONE LANE •W ONE LANE
ROAD z �
7A
AHEAD EN� •¢ ' FCW20-7A ROAG
AHEAD CW20-4D ROAD WORK a AHEAD AHEAD
G20-2a . Z � CW20-4D
UTILITY
UTIUTY z WORK
WORK � AHEAD
AHEAD �, cw�i-�n
CW21-7D
� END
Id�LAM ���'"�' DCTOUR
� DETOUR
��i, IvI�L ♦ � �
� � R3-2
/ � � C;RFFNI FF STRFET
� rn��ara � --- - — � _ �
_ � DETOU?
C � , �� �
z ♦ r
1 m � M4-9R ':3—i D
� �
Uj MILAM (p
"'� DE-OUR �
m 1 ♦ � -
m
� +,n�nh,i m m �
� �� �i4-9R � � ,
UE10UR
� �'�� VAN NATTALANE I—�i �`�-�
�14-9L �
� ` �
\
1
��
�
R�-7
fEI���
�iETUUf�
�
GREENLEE STREET
� � �u�ni�� � � ,
DE10l,R � � hIIL'rlvl
4- �� � �C IOUf
M4-9F �n � �
j � M4 9L
NILFd,I �
GETOUP, f�fl
� � -m-I
PA 4- aP �� I� CITY OF FORT WORTH, TEXAS
VAN NATTA LANE TRANSPORTATION AN� Pl19LIC WORKS DEPT.
ENGMEERING �IVISION
� MILa�-i � I 2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
DETGUR STORMWATER UTILITY DRAINAGE IMPROVEMENTS
~ I TRAFFIC CONTROL PLAN AND DETOUR ROUTE
��A�-9L
DETOUR PLAN FOR PHASE 6
N.T.S.
� 2 � 3
A
SHEET 6 OF 10
AECOM TECHNICAL SERVICES, INC.
��0� 12005UMMITAVENUE,SUITE600
� FORT WORTH, TEXAS 76102
WWW.AECOM,COM -
TBPE REG. NO. F-3580
u�n: FTW-WATER s��ie. HOR:r=zo' o,�„, JULY,2011
Ioe:�y�,ea, RJ I cne�kea: LE I a,ai�i No.: 60183231
SEE SHEET OF FOR TRAFFIC CONTROL GENERAL NOTES I o��w�: qB aoa�a�ca RJ s���. oi o
I 4 I s
5
-�i � -�
SCFI.: IN FEET
� � �
� z� a�
H
��
.
�
LEGEND
TYPE III BARRICADE
TEMPORARY SIGNS
CONSTRUCTION ZONE
BARRELS/DRUMS
FLAGGER
� N�
�-���,� �zc�])
n
c
B
o`.�,�P�� Oc r'-,��,�
'•.� �J
�,r:� � '.a��,
,t: :,t
R.��E�r; �i,�N�.RrHa�inri
.......................• W.
�� _aae� �r
� •.
4�Op�pi � ��.E �: ��c; v>
MEADOWBROOK
DRIVE
�
ROBINHOOD LANE
�
D
�
�
�
�7
m
-i
�-' ��� RGB�.N-i�GCI
DETO���
�
� �Vi-�F—'��
DETOUR PLAN FOR PHASE 7
N.T.S.
1 � 2
�
C
0
3
CW20-4D -�
...__. � —
FCW20-7A I _ '_s ---
AHEAD
2
�
END
-� ROAD WORK
UTIUTY -�-V- ` G2D-2a
WORK �1
AHEAD � �� � � �
ONE LANE � '
CW21-7D O �I V' i
ROAD � �' ' m _� -
AHEAD •� �
�
IROBINHOOD LANE
ROAD CLOSED R11-4
TO
C THRU TRAFFIC
I DETOU I M4-10
a
a-
0
0
a
N
W
K
)
0
w
a
ti
� 0
s
PHASE 7
j///'//��II/it��( �((� �� i i�'.�/f . iii iaii% �/
'r..:..,r„ ( iiiii:fl 1 a IA vi�vuii�:v;:':���.�.:�:r_r-�:.
j�/���������������� ����������������/%///j�������/j�
�
4
ROAD CLOSED R11-4
TO
THRU TRAFfIC
DETOU M4-10
I
5
SCALE IN FEE i
� � �
� 2� 4�
I
��
///
.
�-o
LEGEND
TYPE II BARRICADE
TEMPORARY SIGNS
CONSTRUCTION ZONE
BARRELS/DRUMS
FLAGGER
� . � I J ��; � �
���
D `
� �
�,
" ONE LANE
m
�i
FCW20-7A ROAD
AHEAD
' AHEAD CW2o-4D
END � I UTILITY
ROA� WORK ' -- WORK
, ;.. ,
G20-2a . ' i AHEAD
I' ' I ' CW21-7D
I I
!PoariN000 ��oeiG�000
� CE—�uR 'JETOI,R
� � i � ��
� NI4-9L � ��1�-GS
� MEADOWBROOK ��
DRIVE
�
Z
O
- j ��
�z
��
2
�D�_.I_
\ ROBINHOOD LANE
� � ecaD a.ns�o ,;�_a
ro
��uv I_ iH�u rRAr'iiC
Q ;) TGUP
��
�JEWE`L STREET
JEWELL STREET
♦
3
g
CONTRACTOR SHALL MAINTAIN TRAFFIC
MOVEMENT ALONG MILAM STREET WHILE
PERFORMING UTILITY WORK ON ROBINHOOD LANE.
EOEMF-OCD
DETCIIP.
n-��R
ROAD �=LOSD Pi. � �
�o
IH�U iRA1Fll_
`
��.
EniD
IFTGUF
i��
�
���
�„v-�
�
�7 � �?�z U I I
� ��,�� '�„�1+��1�
���: � s0 �
n r : � '•. �,1
�+: •.rJ�
� ........................... �
p ti "t5' eaah ::: `:'::^;✓
G�O�'�'�'•: ;CEIJs"��,.G��i4
���0��.�.«oo���'
� � CITY OF FORT WORTH, TEXAS
� TRANSPORTATION AND PUBLIC WORKS �EPT.
m ENGINEERING DIVISION
m 2009 CAPITAL IMPROVEMENT PROJECT
--I
(COl1NCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
TRAFFIC CONTROL PLAN AND DETOUR ROUTE
�oeiNH�ool SHEET 7 OF 10
DtTOLP . � � 20�OS11A1MITA ENUEESUIITE60IOC
� ��0� FORT WORTH, TEXAS 76102
�/'-1, — Q L W W W.AECOM.COM
- - �— - - TBPE REG. NO. F-3580
Iw�c FTW-WATER s�aie: HOR:i^=1o' o,��, JULY,2011
Ioe:�s�aa: RJ ene�k�a: LE P�aeano.: 60183231
SEE SHEET OF FOR TRAFFIC CONTROL GENERAL NOTES � o.,w�: ,4B nna�o�=e RJ sne=i m
� 4 � 5
n
C
B
A
I
r
�
a
�—
0
0
a
�
w
�
r
m
0
w
a
�
Na B
J
oA
�
�
3
�
�
0
0
U
�
0
i
ui
E
a
z
�
�
r
D
�
�
�
�
m
m
�
'`9 END
� : '� ROAD WORK
UTILITY i " G20-2a
WORK
AHEAD ONE LANE
ROAD -
CW21-7D AHEAD ' �
i �
CW20-4D ': D ' l
FCW20-7A �
cn _
AHEAD � '�
rn
m
�
� 1
�
' . . : _ _ /; %�� � i fI./✓ //o %i�J/ /� /0/�,+%
'I ; �„�-.- , �����;������°� �
NORMA STREET I,%� y�,f,� ���i ,�� �,; r,,r r� ��'
��;`a'�; �� ���'<�°�%���,/��'i ifr%
, -__ -_
--- � � � � ., � ��
PHASE 8
rlOPlv'?.
E-�!R
� � i�A�P
��� /
�
����,..,
�- �'�J FCW20-7A
1 ' AHEAD
i
ROAD CLOSED R11-4
TO
THRU TRAFFIC
� DETOU I M4-10
I
ONE LANE
ROAD
�AHEAD
\ CW20-4D
4
END ' } ,i— .,
ROA� WORK I �= UTIUTY
G20-2a i ` � WORK
AHEAD CONTRACTOR SHALL MAINTAIN TRAFFIC
MOVEMENT ALONG MILAM STREET WHILE
f e, CW21-7D PERFORMING UTILITY WORK ON NORMA STREET.
MCP.tiIP
DETOU?
� ~>�
pd4-9S �,,�
�HIGHTOWER STREET �'
NORMA STREET
�
- - \
1 � 2
�
,
� 2 �
ROAD CLOSED R11-4
TO
THRU TRAFFIC
DETOU M4-10
N�F�,�a
DETOUP
��� ♦
�� M4-9L
_
D
r
W
�
T7
--I
a�no r���ro a�,—a
1 � � `
� ���, �, F���
m -
� �,.
i �v
�9
i
i
3
HIGHTOWER STREET
♦
ROAD Cl 6�'D P, � 1-A
�.HRU TRh=:=1C
�
��TORMA STREET
�I
� �i�..i NORAdA
�-�.! DETUUP ♦
�
N�'-�S
DETOUR PLAN FOR PHASE 8
N.T.S.
3
�,�R�,a
DFTOi iP
r,i�R
���i
� ,�
i�
j�
�
�f�T'I DETDR
�
-- -- �
5
SCA_E I'd FE=T
� � I
� =p 4p
H
�
.
�-o
LEGEND
TYPE II BARRICADE
TEMPORARY SIGNS
CONSTRUCTION ZONE
BARRELS/DRUMS
FLAGGER
D
�
�
� �I
� � � ��-�,
� 7
�-�/�,7 �zo II
+ r�` `� .k 1S`+1'
kAJtSH JANA;'iHF.Natl
��,'. g�q� - r�..
Q � ) C 4'!
�°°ot�: �� EF '.�4`'
B
A
1 � CITY OF FORT WORTH TEXAS
TRANSPORTATION AND PUBLIC WORKS DEPT.
ENGINEERING DIVISION
2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITV DRAINAGE IMPROVEMENTS
N�r�ni � I TRAFFIC CONTROL PLAN AND DETOUR ROUTE
o`ETou� SNEET 8 OF 10
` AECOM TECHNICAL SERVICES, INC.
n�/-�L ��0� 12005UMM111TAVENUE,SUITE600
� FORT WORTH, TEXAS 76102
WW W.AECOM.COM
TBPE REG. NO. F-35B0
Iu�n: FTW-WATER s�a�e Hort:i�=so• o„e: JULY,2011
Ioez�9�ea�. RJ cne�kaa�, LE P�o;o=�rm.: 60183231
SEE SHEET OF FOR TRAFFIC CONTROL GENERAL NOTES � o„w�: AB app,�.�a RJ Shee� o. o
I a I 5
�
C
a
w_
a
0
a
<
�
>
m
0
w
a
�
g B
�
0
0
U
3
0
�
w
w
U
s
0
a
0
�
3
3
0
uA
'x
�
3
�
0
�
�
4
0
�
a
w
0
UTIUTY
WORK
AHEAD
CW21-7D �
CW20-4D
2
JE LANE
ROAD O
AHEAD ❑�
���FCW20-7A
AHEAD
� � �� END
/� � �ROAD WORK
� 1= G20-2a
�
/ D
�I
�
`m I
���
�''
� 4
ROAD CLOSED R11— 4
TO
THRU TRAFFIC
I DETOU I M4-10
I
I - � � ��o;�,,��,�/f.�/f�;rrr� ���/� f r ra
GREENLEE STREET ,�s ' r �� �' ° '
, :�,�� �'�%���,,�„��'�'��� %��
s_
. - . . � � .. _. —_ .._.. _ -...� E�- .
� ��,
I — .. .. . . /'I�
O
ROAD CLOSED R11-4
TO
THRU TRAFFIC
DETOU M4-10
PHASE 9
I cR�Ern_E� �
OETOUR
��-- 'A~I
�
�
�
-�
�
m
m
�
�
3 � ONE LANE
�� ROAD
' °� �FCW20-7A AHEAD c
AHEAD CW2o-4D
I,
END ;� ��
ROAD WORK
Ci2�-20
I
i
cnEEri��E �
DETnUR
,,�--► ��
U TI�I TY
WORK
AHEAD
CW21-7D�/
CONTRACTOR SHALL MAINTAIN TRAFFIC
MOVEMENT ALONG MILAM STREET WHILE
PERFORMING UTILITY WORK ON GREENLEE ST.
�
,, „ ,,
♦ `
1 Haao r, nsEe ,�i-i
r�
-HRu tFnFFlr.
i �
�
/
l � GREENLEE STREET
_�
C
Z
m
;0 GRErP,LEE
C!J nF -Q�jR
� v�
m �•
� n� � ��A�-9�
�7
�
VAN NATTA LANE
3
GREENLEE STREET
VAN NATTA LANE
� � GR=ENLEE ' ♦
��� o-roua
pA~�
�
T
DETOUR PLAN FOR PHASE 9
N.T.S.
2 � . 3
6RE�'4LtE
DF?OUR
�,�r-.
\
Fono c�osEa ��i_� ,`,
ro
THRU TRAfFIC
���
!� I
� �
�
�f�
H
�
.
�
5
�
SCa�S w FEEi I
� �
o zo no
�
��
LEGEND
TYPE II BARRICADE
TEMPORARY SIGNS
CONSTRUCTION ZONE
BARRELS/DRUMS
FLAGGER
1v v
�-� /0-1 jZo►�
1', ���>,��
� �E 2�..;;°�o�
�� P.•' .'•,.��j��
p*: � �*��j
pr�n�ESN �nrinNrH�.�iari J
�GC........�3a;...... ..;`�
O`��O�e, i � E�'' .o"�� oJ
D
c
e
A
� � CITY OF FORT WORTH, TEXAS
�J TRANSPORTATION AND PUB�IC WORKS DEPT.
�7'7 ENGINEERING DIVISION
� 2009 CAPITAL IMPROVEMENT PROJECT
(COUNCIL DISTRICT 5)
STORMWATER UTILITY DRAINAGE IMPROVEMENTS
c�:ttri�tE � TRAFFIC CONTROL PLAN AND DETOUR ROUTE
oEToua � SHEET 9 OF 10 �
�
AECOM TECHNICAL SERVICES. INC.
�IT—OI /-7��0� �WWWAE�COMCOMS 61p2E600
� TBPE REG. NO. F-3580
u���: FTW-WATER s�,ie. HOR: �' = 40' I o,,,. JULY, 2011
oe:�y�ea� RJ I ene�kea- LE P�a«��+a.: 60183231
SEE SHEET OF FOR TRAFFIG CONTROL GENERAL NOTES °nwni AB Ano�o�ee: RJ sn��� �f o
� ' q I 5
�
0
� I 2 I
' I I END
— --�
ROAD WORK
UTILITY ''�' �3�
WORK � ' G2o-2a
AHEAD , �'
CW21-7D ONE LANE �1--., � � '
ROAD O .� � m
AHEAD ` �'
CW20-4D �
ROAO CLOSED R11-4 ��
TO FCW20-7A i
THRU TRAFFIC AHEAD °' ��
I
� �
I _ VAN NATTA LANE / / �j���� //
C -, ' O
a
�—
<
0
0
a
a
�
>
a
w
'<
�
gB
oA
z
�
3
�
0
0
�
�
N
❑
�
ui
a
z
LL
1
�
END
ROAD WORK
G2�-2a
PHASE 10
� �
FCW20-7A
AHEAD
��N rin.l�a vard nar�
DE'OUR
D-iGUI? ♦►
i� _ . �
\q1_q_ � 1�14—ci5
/ — - � GREENLEE STREET
2
C �
Z
� r
A �
� �I F.OA� Cf.OSE(? P11 4 -�-{
io �
m i rKeu Ta„r���c m
� ��.; �
� VAN NATTA LANE
�AN NATTk
DFTOUF.
�y / ,\4��
��` �
I BEATY STREET BEATY STREET
/ / `"�nn r�;� � r�;, ♦
DETGJ�
1 Ma-►
DETOUR PLAN FOR PHASE 10
N.T.S.
2 � 3
3
ROAD CLOSED R11-4
TO
THRU TRAFFIC
_ 1
JE LANE
ROAD
AHEAD U TI LI TY
CW20-4D WORK
AHEAD
CW21-7D
CONTRACTOR SHALL MAINTAIN TRAFFIC
MOVEMENT ALONG MILAM STREET WHILE
PERFORMING UTILITY WORK ON VAN NATTA LANE.
GREENLEE STREET
�
VAN NATTA LANE
�Hu NnrrF
oE�-ouP
M�R � ,
�
ROAD CLO:ED P��_�
TC
TNRU 7RP.FRC. �
�\
�l�
�
Ivav �d.�rTn �
V
�`�f� �
�i�'f ��
4
5
,cn�- N =EEr
�
o zo <o
LEGEND
~� TYPE II BARRICADE
� TEMPORARY SIGNS
� CONSTRUCTION ZONE
• BARRELS/DRUMS
�---Q FLAGGER
' � N�
z0i�
����?1���
`�T�` oF ;F+lOs�O
o" ;�' i
o+F. � •.� �
� * : •. * 1�
� ............................ �
/11:PJtSH JANAPIHFNA��I f
..d
��..G,: ....��.3a^'..... ..Q �
oot.'. C . • �J',
O���tc�'��vF�r:�`��G �
u
c
8
A
� CITY OF FORT WORTH, TEXAS
� t TRANSPOftTATION AN� PUBLIC WORKS DEPT.
(n � ENGINEERWGDIVISION
� 2009 CAPITAL IMPROVEMENT PROJECT
m(COUNCIL DISTRICT 5)
m STORMWATER UTILITY DRAINAGE IMPROVEMENTS
� TRAFFIC CONTROL PLAN AND DETOUR ROUTE
SHEET 10 OF 10
AECOM TECHNICAL SERVICES. INC.
��0� 1200 SUAIMIT AVENUE, SUITE 600
FORT WORTH, TEXAS 767a2
W W W.AECOM.COM
TBPE REG. NO, F-35B0
oe.�s�aa: FR -WATER cne�keaHoLE��=4U� P�aieano:�U60183231
SEE SHEET OF FOR TRAFFIC CONTROL GENERAL NOTES o�,w�: qg npo,a��a R,I snee� o� o
4 � 5
,v
�v�
a>
w o+
o�.-
TNF�
o}+
O `��- C
3 Tt
Z}m
:�DL
�•-
a c a�'i
OP
u��
+�v
�Co
aam
p�t
c �
va�
POQ �
w�`
XlC
N d •'
~00
vaw
��a
T
nmt
cn�
��o
O��
PCt
NO+Q
voo
�v-t
0
000
w�a
�9 v y
+aa
w�qc
o +
p� N Y�
a•- o
�vc
d[a
FL- Y N
C
w
�
a
J
U
0
ww
1- J
Q .-.
� 4
,� END
Warn i nq 5 i qn Sequence (� /��- ROAD WORK
in Opposite Direction C" "J� / \
Same as Below �� L�JJ
G20-2a
r�,T � 48' X 24"
i
sRi-z YIELD �,� I
,�
42' X 42° X 42' �_
«- ,
SRI-2b ONCOMING t ♦ ���
48" X 36'
TRAFFIC
� � c
� �
7' miniqltllt
(SEE NOTE 6)
� � a.. . —
,s -
�� = :lr� �`
1 �I.��.� Y O
,�� %i: � 3° a
.•+�;t
Chonnel izinq devices �'.,^•,:,
seporote work area •' ;�'�,
fran iraveletl way. -- — Type ]Il barriCatle,
( . � chonnelizing tlevices,or
� � � shadow vehicle with oranqe
� flaqs or warninq liqhis.
Whe� shadow vehicle is
I �, � required, it shall be equipped
X � with Truck Mounted Attenuotor.
■
� �
•
YIELD
♦ c p SRt-2
� �� 42' X 42' X 4Z'
I � ,� o TO SR1-2b
ONCOMING
� «=� TRAFFIC 48" X 36"
tSEE NOTE 6)
s
I x LJ
I y , �''�� YIELD
SW3-2a
I 4B" R 48'
x ONE LANE
� ROA�
AHEAD
CW20-4D
� �, 48' X 48'
Ix
I ROAO
.,a.r �---� WORK
AHEAD
( cwzo-io
48' X 48"
(FLAGS-SEE NOTE ll
TCP (1 -2a)
One Lane Closed
Adequate Field of View
IThe requfrernent for shatlow vehicles
will be listetl in the project GENERAI. NOTES,
Item 502, 8orricatles, Si�s �d TrGffic Handlinq.
ROAD —
ONE LANE WORK cwzo-io
BE ROAD AHEAD �AGS-SEEBNOTE It
PREPAREO AHEAD
CW20-40
TO STOP aa• x ae� � �,
} /�. FCW20-iD
48' X 48" � �
ISEE NOTE 2> �
�� � /
FCW20-7o �
48" X 48" 500 .y, /
FEET �
�
�
/ �c•
�, o0
� r ,
x ` � •
00
2ry C �
m �'
h �
s
' 150' Min.
■
END
ROAD WORK
G20-20 �
48" X 24'
T
END
ROAD WORK
G20-2o
ae� x 2a.�
�fi' ..� o N
O " :=G;� 3' �
I �Y!i� :6'
c Type I11 borricode,
. ,�„ o _
�`;°;� r�, � chonnelixinq devices,or
■'.:::u'�� shaclow vehicle with aranqe
� floqs or worninq lights.
L � When shadow vehicle is
� required, it shall be equipped
I with Truck Mountetl Attenuator.
■ N
\
X
( (�
0 r-�—s[�
�-, �-,
�--
• � FCW2D-ia
� 0 48" % 4B"
� • � � 500
,a� �o
FEET
I� ■,-�--
x
� �� ONE LAN
ROAO
x / AHEAD
� / cwza-ao
i lf 48" X 48"
�
x
I ROAD
-�-� WORK
AHEAO
CWZO-iD
48" X 48'
(FlAGS-SEE NOTE U
TCP (1 -2b)
One Lane Closed
Inadequate Field of View
BE
PREPARED
TO STOP
� Fcwzo-�o
48' X 48'
tSEE NOTE 21
LEGEND
�zz� iype 111 Borricade ■■ Chmnelizinq Devices Q Flag
i
� Heavy Work Vehicie � Truck Abunte0 Attenuutor
irailer Mouited Portoble Chanqe�le
� Fiashin9 Arrow Panel Ni Messaqe Sign
(�.� F�aqqer i Siqn Post
Minimm Oesiroble SuqqeafeC Maxiinm winimm
Toocr LmqtEs �EiE Spacirip of Oevice 5iqn Spocinq
PosteO Fofmulo 10' II' 12' On o On a X
SpeetliE Ofiset Otiset Offset Toper TonOent Diatonce
30 2 150'I165' 180' 30' 60'-75' 120'
35 L= 60 205' 225' 245' 35' 70'-90' 160'
40 265' 295' 320' 40' 80'-100' 240' �
45 450' 495' 540' 45' 90'-110' 320' (
50 500'I550' 600' SO'�100'-125' 400' �
55 550' 605' 660' S5'�110'-140' S00' �
L=WS
60 600' 660' 720' 60'I120'-150' * 600' I
65 650'�715' 780' 65'�130'-165' �E700' �
�o zoo��7�0� aqo• �o���ao�- »s� * aoo• I
� Conventiorwl Hootla Only
��Tppp� lenqths Rove been rounCeO otf.
L�lenqin of luper tFT.I N•Nitlih of Offaet cFT.I 5•Postetl SpeeC (�.PH1
TYPICA� USAGE�
NOBIIE I IXlRA�Td I 57A�1 ��Y ITEfMEST�ATIONARY I STaA�T10tURY
GENERAL NOTES:
1. Fiags ottached to signs are RE�UIRED.
2. A11 traffic conirol devices illustratetl are REQUIRED, except those
denoted rith the trimqle 5ym6ol rtay be anitted rhen statetl elsewhere
in the plons.
3. The BE PPEPAREO TO STOP si� moy be insiolled ofter the ONE LANE ROAD
AHEAD siqn, but proper siqn spacinq shali be maintoined.
4. HOAD WORR AHEAD sir� may De repeatetl if the visibi�ity of the work
zone is less th� I500',
TCP(t-2ul
5. YlELO siqn troffic control rtay De used on projects rith apDroaches
that hove atlequote siqht tlistance. For projecis in urban areos, work
20t1E5 ShOUId be tlo 10Itq8f thOfl One half city bIOCk. Ifl fufal af0a5
on roadrays with less ihan 4006 ADT, work areas should be no lonqer
thon 400'.
6. YlELO TO ONCOMING TRAfF1C siqn shall be O�oced on a support at o 7'
minimm mounting heiqht.
TCPIt-2bl
7. ilaqqers shoultl use two-woy rodios Or oth2r m2thOtls of ccmn�nicotion
to Control traffic.
8. Lenqth of rork area 5hould be Dased on the ability of fiaqqers to
camun i cate.
9. Distonce olonq curve of work area snouia De otlequote lenqtn for
motorists to itlentify ond react to flayqer siqnois.
R71y pre-¢plifiNf prOdiCiE Etwll Dt uaae. A liit Of Ca�plimt
prodicta ax! ihair Spirces moy be abtaitxtl DY w'itirp or foxinqi
Siaqv�0a Ergirner
Traffic Operotipta Diviaim - Tf
Texos Oepartmmt or irmaportat�m
125 Eoat Ilth Street
Auati�, Tezoe 78701-2�87
R�one t5121 II6-1S75
Fox f5121 �16-]I61
E-no�� TRF-STu�pAROwmf�q..Cot.atote.tx.ua
2 �/�"y� 48" �
t'/z "� -� e- tl V � 4%z .,
�/s -a �- � f 6^ �
36" V ll V l�i� UVII ll �V�7_ � 6" 0
q,z..
U �(rzl (� U � `V' _ 6 E
`, 4%z .,
� Texas Deportmentof Transportotlon
Trofflc Operollau Dlvision
TRAFFIC CONTROL PLAN
TCP (1-2) —98
Letters - Block
SR1 -2b CQTx00T December 1985 �,: rzoor Ica: rxoor �nn: rzooT
48" x 36" Backqrouna - White ncvcstons ^cw,r Is:cr� �„9
Reflective Z_� ( I
i'9T I �ts* cwnn
4-98 � �
152
ICK: T%OOT
utcu�,,�
F1Fp�R�11
0
T l
c�
o>
wo�
O U N
T N ]
+ L v1
C t +
O L •-
o�a
3 l
T4
0 +
Z ._ m
+a�
om�
���
o�
v a �
U N
N �/1
t L N
� �
0 o E
a o
ma
mm
c E t
-70
L N
���
v o ,-
�
'� o �
c o a�
wx�
�~�
a �
X L N
N W L
F- > L
- N O
O U
v��
L + •-
+ o
T 3 O
n w
v
�oo
c a
L L �/1
v�+
>ao
O E
O� T L
�a
N O 4
L L
oov
L w L
o �
D 1- O
C O
oa o
� x t
� �
�
ul T L
•- n o
L D
t N C
O O
��a�
�°E"
����
Q N •_ '_
� 7 L
U D +
V1 N C
� L•-w
� ti Y O
U
U
a
_�
�MQ
m N c �O
�Qo
- M�
Jo�
.N. 41 N <
�m�n
w��
m m _
Barricade and Construction (BC) Sta�dard Sheets General Notes�
�o
20
30
40
5e
6e
70
• .
�
�
I�
1 2.
13e
The Barricade and Construction Standard Sheets (BC sheets) are intended to show typical
examples for placement of temporary traffic control devices9 construction pavement markings,
and typical work zone signs. The information contained in these sheets meet or exceed the
requirements shown in the "Texas Manual on Uniform Traffic Controi Devices" (TMUTCD)e
The development and design of the Traffic Control Plan (TCP) is the responsibility of
the Engineere
The Contractor may propose changes to the TCP that are signed and sealed by a licensed
professional engineer for approvala The Engineer may develop, sign and seal Contractor
proposed changeso
The Contractor is responsible for installing and maintaining the traffic controi devices
as shown in the planso The Contractor may not move or change the approximate location of
any device without the approval of the Engineer.
Geometric design of lane shifts and detours should, when possible, meet the applicable
design criteria contained in manuals such as the American Association of State Highway
and Transportation Officials (AASHTO), "A Policy on Geometric Design of Highways and
Streets", the TxDOT "Roadway Design Manual" or engineerinq judgment.
When projects abut, the Engineer(s) may omit the END ROAD WORK9 TRAFFIC FINES DOUBLE,
and other advance warning signs if the signing would be redundant and the work areas
appear continuous to the motoristse If the adjacent project is completed first, the
Contractor shali erect the necessary warning signs as shown on ttiese sheets, the TCP
sheets or as directed by the Engineere The BEGIN ROAD WORK NEXT X MILES sign shall be
revised to show appropriate work zone distance,
The Engineer may require duplicate warning signs on the median side of divided highways
where median width wiil permit and traffic volumes justify the signing.
AIl signs shall be constructed in accordance with the detaiis found in the "Standard
Highway Sign Designs for Texas," latest edition. Sign details not shown in this manuai
shall be shown in the plans or the Engineer shall provide a detail to the Contractor
before the sign is mdnufacturedo
The temporary traffic control devices shown in the illustrations of the BC sheets are
examples. As necessary, the Engineer will determine the most appropriate traffic control
devices to be usede
As shown on BC(2), the OBEY WARNING SIGNS STATE LAW sign and the WORK ZONE TRAFFIC
FINES DOUBLE sign with plaque shali be erected in advance of the CSJ limitse The BEGIN
ROAD WORK NEXT X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near
the CSJ limitse
Except for devices required by Note 10, traffic control devices should be in place only
while work is actually in progress or a definite need existse
The Engineer has the final decision on the location of all traffic control devicese
Inactive equipment and work vehicies, including workers' private vehicles must be parked
away from travel lanes. They shouid be as close to the right-of-way line as possible,
or located behind a barrier or guardrail, or as approved by the Engineero
Worker Safety Apparel Notes�
1. Workers on foot who are exposed to traffic or to construction equipment within the
right-of-way shall wear high-visibility safety apparel meeting the requirements of ISEA
"American National Standard for High-Visibility Apparel" labeled as ANSI 107-2004
standard performance for Ciass 2 or 3 risk exposureo Class 3 garments should be considered
for high traffic volume work areas or night time work.
�nly pre-qualified products shall be used. The 'Cort�liont
work Zone Troffic Control Devices List' tCWZTC01 describes
�r�qualified products and their sources and may be found
on-line at the web oddress given below or by Contacting:
T�xos Department of Tronsportotion
irtsffic Operotions Division - TE
Pnone f5121 416-3134
WE� ADDRESSES FOR REFERENCED DOCUMENTS
Compliant Work Zone Traffic Controi Devices �ist (CWZTCD)
htf p:!lwww.txdot. g ov/pu bl ications/traffic.htm
Texas Manuai on Uniform Traffic Control L?evices (TMUTCD)
http:/lwww.bcdot.gov/publ ications/traffic.htm
Standard Highway Sign Designs for Texas (SHSD)
http://www.bcdot.gov/pu bl icatio�s/traffic. htm
Tra�i� Engineering Standard Sheets
http:/lw�nrw.bcdot.gov/business/d iscla im.htm
Material Producer List
http://www.bcdot. gov/bus iness/produ czr_list. hUra
Departmental Material Specifications (DMS)
http://www.bcdot.gov/se rvices/construction/materf al_speciticatlo ns/
Roadway Design Manual
http:lJwww.bcdot. gov/services/general_servi ces/manu ais. htrn
STANOARD PLANS
� TEXAS DEPARTI�ENT OF TRANSPORTATION
Troff/c Operaifans 0/vfslon
BARRICADE AND CONSTRUCTION
GENERAL NOTES
AND REQUIREMENTS
1 of 12 BC (1 ) -07
QC TxWl 11-4-02 ��: Tx00T � cR: TxDOT � oo- TxDOT cG:- Tx00T
NEYISIONS ollililct �iF1Ui �1[ct NIEFA 41(ft
4-03 6
9-07 I
I cum�r I �ataa I xa�ax I .wa xiau,
101
�
0
.�
T L
C N
o >
w o a;
O U N
�
T 4J
+ L �n
C + +
o �-
i o E
3 � L
T 4-
o�
z _ o�
+°±
Q C N
om
mnL
U N
-mm
1-L m
o m
0 o E
a o
�n v
� E t
-�o
L N
a�mm
a� a +
c
•- i- �
c°� °o v
w x L
N ~ +
O . U
X L N
N 4/ L
� > L
= m o
0 0
m m c
r+•-
+ o
T 3 O
n � v-
� N L
aoo
c n
m�+
o a E
Q�TL
C O
N O �F
� L �
aoa�
L w L
o +
D F- O
co
000
� x t
N F-
�
N T L
- o 0
L �
+ � C
� �
�v- ot
w o E �
�
a�mw
a m •- •-
J ] L
U D +
�mc
_ •- v-
� � Y O
a
— a Q
� t0 N
P�Q�
N N c tO
ja�
N � N Q
w��
�
Hm��
_� m
TYPICA� LOCATION OF CROSSROAD SIGNS
ROAD WORK
G20-2a END Q \ N�EXTEX YILES�rJ
ROAD WORK \ (Optional �
see Note G20-la
� � antl 4� /
/
� � \ �
CROSSROAD
� x , I X � x
ROAD
WORK CW20-tD
AHEAD
i
�
' X I X I x ,
1 � ` , �
ROAD ROAO WORK �
WORK <} NERT x MILES
AHEAD NEXT X YILES �
CW20-1D G20-la IOPtionol \ G20-2o ROAUNwORK �
5ee Note
i ond 4)
QMay be mounted on bock of CW20-10 sign with opproval of engineer. tSee nate 2 below)
1. The typical minimum siqninq on o crossroad opproach shouid be a CW20-i� ROAD WORK AHEAO Siqn and o
G20-2a END ROAD WORK sign,unless noteG otherwise in plans.
2. The Enqineer may use ihe reduced size 36" x 36" ROAD WORK AHEAD (CW20-1D1 sign mounted back to back
with the retluced size 36" x 18" ENO ROAD WORK (C20-2o1 sign on low voiune crossroads lsee Note 4 untler
'Typical Cwistruction Warninq Sign Size and Spocinq"). See the 'Stmtlord Highway Siqn Desiqns for
Texas' monuai for sign details. The Engineer may anii the ativ�ce worning siflns on low volune
crossroads. The Engineer will tletermine whether o road is low volune, This infarmation sh�11 �e shown
in the plans.
3. 8ased on existinq fieltl conditions, the Enqineer/Inspector moy require additional siqns such as FLAGGER
AHEAO, LOOSE CRAVEL, or other appropriate siqns. Mthen o0tlitional siqns o�e required, these signs will
be consideretl part of the minimum rec�irements. The Engineer/(nspector will tlete�mine the proper
location and spacing of ony sign not shown on the BC sheets, Traffic Control Plan sheets or ihe Wark
Zone Stantla�tl Sheets.
4. The G20-to siqn sholl be requiretl at high volime crossroads to odvise motorists of the lenqth of
construction in either direction fran the intersection. The Engineer will de+ermine whether o roo0woy
is considered high volune.
5. Additional troffic control devices may be shown elsewhere in ihe plans for higher volune crossroads.
6. Whe� work occurs in the intersection area, oppropriote troffic control tlevices, as shown elsewhere in
the plans or as determined by the Engineer/Inspector, shall be in ploce.
WORK AREAS IN MUI.TIPLE LOCATIONS WITHIN CSJ LIMITS
T-INTERSECTION
�ROAD WORK I G20-1bR G20-Ibt I C} NEXT X NR ES (�
NEl(i X utLES �
a a
-I = x = i
INTERSECTED 1 81ock - City �+ 1000'-1500' - Hwy
ROADWAY x 1000'-1500' - Hwy � 1 81oCk - City
ie s �� .
h p + j !�
80' CSJ WORK
G20-9 ZONE � BEGIN min, � Limit C20-9 ZONE
TRAfFIC G20•ST ROAD WORK o R20-5 TRAFfIC
R20-5 FINES NEXT X YILES F1NE5
OOUBLE """� � a OOUBIE
R20-5 � G20-6 �55 �a R20-5 ,,,�,�„
P�A�UE �x" sura � PI.ADUE "`"`�'"
�anwcton
I I i/// END
ROA� MORK
� C2o-2o
CSJ L1MIT5 AT T-INTERSECTION
1. The Enqineer will determine the types and locotion of any additionai +roffic control devices, such os o
flagger and accomponying signs, or other signs, that shoultl Oe used when work is being performed at or
near on intersection.
2. If construction closes the rootl at n T-interseciion the Cont�octor shall place the G20-6 "Cantractor Name'
siqn behind the Type IlI Bar�icades for the road closure (see BC(10> also). The G20-ibl and C20-1bR
signs shall be replaced by the tletour signing calletl for in the plans.
SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING AT THE CSJ LIMITS
� � � ��
/� � G20-9T iE *
BEGIN 4 a NOi ROAD OO BW RIK OBEY
� iE �E G20-ST ROAO WORK \\ PASS WORK ZONE NARNING
HEXT X NILES ��� R4-1 la5 AHEAD TAAFFIC R20-5 �E �E 5(CNS
CW20-1D ROAD �5 CWI-4L ap�opriate) FtNES STATE LAW
ROAD WORK * * G20-6
WORK CW1-4R cnr �OUBLE
AREA AHEAD suic XX .a R20-5 �*
AHEAO / ����T� Wr.x. CW13-i CWZO-10 � pLAOUE R20-3 iE iE
jJ-� I 3x =1 / CW20-ID � X CIM13-I TYPe 1I] Barricatle or �
I . L7�i: / 1 . _ „ .�, d� �chonnelizinq devices t` X �l` X =1= X \ ;' x �i x �-1
� `
d 4 4 yd 4 d
' � �/ � . . ., _ _ . „ l✓„ �V
� � �� �'" ^ ^_^T � � � G. /^/
p' '� // � AREA / � sI /
3X Chonneli2inq �rCSJ limit � � p
Devices
When extendetl Gistonces occur between minimal work areas, ihe Enqineer/]nspector shaultl ensure adtlitional � ROAUNMIXtK
Roatl Work Ahead fCN'20-1D) siqns are placed in udvance of these work areas to remind arivers they are still G20-2a �E�E
within the project limits. See the applicable TCP sheets for exoct location ond spacing of signs ond chmnelizing devices.
�
8eginning of NO-PASSING line should
coortlinate with sign lacation
SAMPLE lAYOUT OF SIGNING FOR WORK BEGINNING OOWNSTREAM OF THE CSJ LIMITS
"I a� dE iEG20-9 WORK
* BEG1N ZONE pgEY
iEiE C20-ST ROAD WORK TRAfFIC WARNING
ROAO ROAD ROAD NEXT X YI�ES 3E �E R20-5 F(NES SIGnS
CLOSE� p��_y WORK WORK wu�c DOUBIE
CWt-4L AHEAD �z M1LE "°°"E55 STATE LAW
IIODN
cnr dE iE R20-5
�CW1-6 TY� �I1 GZO-6 vne „�• �
1 ��.w CW13-I CW20-ID CW20-lE ** ���tr� PLA�UE
� 8arricaae or XX R20-3 �F �E
�— chamei izinq
�tleviC2s � x � �. X �' X �' � I_ X �;, X �a
d d a /� � a a
�� a j - — — — — — —�— — — — —`�
Chonnelizin9 �� CSJ Limit
� � � Oevices I �
S'7/ // p
��A ��� � ROAONNDRK G20-2o iE�E
�
�
p� END O
NORK ZONE G20-2b �f �E
NOTES
The C�traCtor sholl tletermi�e the
aDDropriate distmce to be placed on the
C20-i series siqns ond G20-5T siqn for
each specific project. This distance shall
replace the `X' md sholl be ra�ded to
the nearest whole mile with the approvol
of the Engineer. No tlecimals shali be
usea.
OThe G20-9T md C20-2b shall be usetl
when ativance signs are required outside
the CSJ Limits. They inform the motorist
of enterinq or leavinq o work zone where
traffic fines moy doubie if workers ore
present.
�E�E Required CSJ Limit signing. See
Note 10 on 8C f U.
QAreo for placement of "ROA� WORK
AHEAD' sign ontl other signs or devices
as calletl for on ihe Troffic Controi Pion.
3"R
� 48..
y .
5.5'
O� l� U 5 E
- 3.
42" V V� LI U LI V� ll V�/ _ 5 0
�(�jj 3'
�O�.JUV� _ 5 D
4..
� Ll �� � �� V V . 6 C
� 5. 5'
R20-3
Leqend/Boraer - 81ack
Backqrouna - white
LEGEND
ol sc�,
TYPICAL CONSTRUCTION WARNING SIGN SIZE AND SPACING�'s,b
Sign
NUnber
or Series
4
CW20
cwzi
�w22
CN123
CW25
CW1, CW2,
Cw%y CWa�
CW9> CWiI,
CW14
CW3, CW4,
cws, cws,
CW8 - 3,
CW10, CW12
SIZE
Conven- Expressway/
tionoi
Road Freeway
48" x 48" 48" x 48"
36" x 36" 46" x 46"
48" x 48" 48" x 48"
SPACING
Posted Sign �
Speed Spacing
„X,.
Feet
MPH �Apprx.)
30 120
35 160
40 240
45 320
50 400
55 5602
60 6002 I
65 700 2
70 800 2
75 900 2
80 1 000 Z I
� � 3
�k For typicol sign spacinqs on divi0ed highways, expressways mA freerays, see Pa-t 6 of the
'Tezas Maxml on Uniform Traffic Conirol Devices' lTMt1TC0) typical opplication diagrams
or TCP SiaWortl St�eets.
G IAinirtun distmce fran nork orea io first Apvmce Ilorninq siqn ne�est ihe vork �ea a�d/or
distatce �iween eoC� Udditional Siqn.
Gmeral Notes:
1. Speciol or larqer size signs moy be usea as necessary.
2. Oistance Deireen siqns stauld be increased as required to hove 1500 feet odvance varning.
3. Distmce Detaeen signs shou�tl De increosed as req�ired to have %Z mile or more odvmice vornirg.
�. 36' x 36' ROAU MORK AHEAD [CN10-t0) signs may be used on law volune crosuoads at the Giscretion
of the Enqineer. See Note 2 untler 'Ty0�ca1 Lceatian of Crossroad Siqns'.
5. Only dimqrM shapetl varninq sign sizes ore in0icated.
6. See sign siZe listing in 'iAiUTCD', Siqn Appendiz or the 'Standord NigMay Siqn �esigns for Texos'
monuni fof Cmiplete lisT of available sign design sizes.
O O Chmnel izinq Devices
IType []I 8arricade
XSee Typical Construction
Warning Sign Size and
Spacinq chort or the
TMUTCD for siq�
spacinq requirertients.
STANDARU PLANS
� TEXAS DEPARTI�NT OF TRANSPORTATION
Trafflc Operalfars Dlvlslon
BARRICADE AND CONSTRUCTION
PROJECT LIMIT
STANDARD
2 of 12
CQ Tx00t tt-/-02
NEY15lM5 I SL1tE N@N
9'Q7 I OISI�IR R41U1
I 6 cawn
BC (2) -07
�� Tx00T � a: TxDOT � or TxDOT �K+ TxDOT
iFIXAII 1(0 PAOF[i AI(Ei
ca,mt � xrna � dm x�u�nr
102
0
T L
�v
o >
C•
'+- O N
O U N
7
T U/
t L N
c++
o .-
L L
o°o
3 L
T �F
o+
Z_m
+ � +
a c �
O U!
mn�
U N
- UJ W
+ 1_ �
U �
��E
a o
��
��
��o
L N
vmm
vo�
c -
•- �- �
�o w
c o m
W X L
Ul ~ t
O . O
X L N
°�' > �
= a� o
O U
v N C
L +•-
+ o
T 3 O
�w
v
� N L
moo
c a
L�m
m�+
> a o
a E
m T L
C O
�o�
-��
�o�
��s
o +
a � o
000
+ x ,-
��
a
� T L
- n a
L . a
�v�
a o
��-o+
w O E u�
�
v��
� �, �- �-
� 7 L
U O t
�v�
o � Y o
�
�
a
_�
�-Q�
P Q�
M m
�
- Qo
� � N v �f1
o� Q
�min
w� m
���
���'-
� �
v= "'
Signinp shown for
one direction only.
See BC(2) for
ndditional odvance
signing.
�
SPEED
IIMIT
7 0 RZ- �
NIGHT
6 5 R2-3
GUIDANCE FOR USE:
C5J
� LIMITS
I I I
I
� I _ —
i i�b
TYPICAL APPLICATION OF WORK ZONE SPEED L�MIT SIGNS
Work zone speed limits shall be regulatory, established in accordance with the "Procedures for Establishing Speed Zones,"
and opproved by the Texos Transportation Commission, or by City Ordinance when within Incorporoted City Limits.
Reduced speeds should only be posted in the vicinity
of work activity and not throughout the entire projecto
Regulatory work zone speed signs (R2-1) shail be removed
or covered during periods when they are not needed.
/ � ; i
_ — — _ _ � � — _ _ _� � �� _ _ � _�.
c750' - I500')
� (
4
SPEFO
LIYIT
60 cws-s
ZONE
SPEED
L1MIT
6 0 RZ-,
�����������������������������\\\\\\\\\\����\\\\\\\\\\��\\\\\\\\\\\\`���������������������������� � � ������ti�������������������������������������������� �
b b b b b �� b b b b I I
See Ceneral See General � ��
Note 4 See General Note 4 (750' - 1500"l Note A
)- -< )- =t 3-I � C ) I C
ZONE G20-9 WORK G20-9
SPEED
I.IMIT
6 0 RZ-,
IONG/INTERMEDIATE TERM WORK ZONE SPEED L[MITS
This type of work zone speed limit shouid be included on the design of
the traffic control plans when restricted geometrics with o lower design
speed are present in the work zone and modificotion of the geometrics to
a higher design speed is not feasible.
Long/Intermediote Term Work Zone Speed �imit signs, when approved os described
obove, should be posted and visible to the motorist when work activity is present.
Work activity may olso be defined as a chonge in the roadway that requires
a reduced speed for motorists to safely negotiate the work orea, including:
a) rough road or damaged pavement surface
b) substantial aiteration of roadway geometrics tdiversions)
c) construction detours
d) grode
e) width
f) other conditions readily apporent to the driver
As long os any of these conditions exist, the work zone speed limit siqns
should remain in place.
SHORT TERM WORK ZONE SPEEO LIMITS
This type of work zone speed limit should be included on the design of
the troffic control plons when workers or equipment are not behind concrete
barrier, when work octivity is within 15 feet of pavement edge or octualiy
on the pavement.
Short Term Work Zone Speed Limit signs should be posted and visible to the
motorists oniy when work activity is present. When work activity is not
present, signs shall be removed or covered.
(See Removing or Covering on BC(4)).
GENERAL NOTES:
SPEED Q
LIMIT srEcu
11Y11
7 0 RZ-, 60
N1 GHT Cw3-5
6 5 R2-3
Signing shown for
one direction only.
See BCt2) for
atlditionoi advance
siqninq.
C5J
LIMITS �
I I
I
� � _ _ � _ — � I
I
/ �-
WORK G20-9
ZONE
SPEED
LIMIT
6 0 RZ-,
1. Regulatory work zone speed limits should be used oniy for sections of construction
projects where speed control is of major importance.
2. Regulatory work zone speed limit signs shall be piaced on supports at a 7 foot minimum
mountinq height.
3. Speed zone signs are iilustrated for one direction of travel and are normally posted
for each direction of travel.
4. Frequency of work zone speed limit signs should be:
40 mph and qreoter 0.2 to 2 miles
35 mph and less 0.2 to 1 mile
5. Regulatory speed limit siqns shall have black legend and border on a white reflective
background (See "Reflective Sheeting" on BC(4)).
6. Fabrication, errection and maintenance of the CW3-5 sign, G20-9 plaque and the
R2-1 and R2-3 signs shall not be paid for directly, but shali be considered
subsidiary to Item 502.
7. Turning signs from view, laying signs over or down wiii not be allowed, unless other-
wise noted.
S. Techniques that may heip reduce traffic speeds include but are not limited to:
A. Law enforcement.
B. Flagger stotioned next to sign.
C. Portable changeable message sign (PCMS).
D. Low-power (drone) rador transmitter.
E. Speed monitor trailers or signs.
9. Speeds shown on details above are for iliustration only.
Work Zone Speed �imits should only be posted as opproved for each project.
SPEED
LIMIT
7 0 az_,
N[GHT
�Q 5 R2-3
STANDARD PLANS
� Texas D�epartment af Transporfation
Trafflc Operollans Dlv/slon
BARRICADE AND CONSTRUCTION
WORK ZONE SPEED LIMIT
STANDARD
3 of 12 BC (3) -07
CQTxDOT 11-1-02 ��*: Tx�OT Ice�-TxDOT (m:-Tx�OT �x:-TxDOi
nEVI51tl15 I OfflPlti I�AE�clki iE0EA1l 110 %qJC[1 $IIEEI
9-07 I � 6
ICGM1Y CIX�iW0. Y[tIN JO! xltx4i
�
103
0
N
T L
o >
�.oai
o�w
�
T N
+ L �n
C t +
o •-
t O E
owo
3 L
T 4-
O i-
z •- o�
_ �
_ � +
*•--
U N 7
acv�
om
vn�
o u�
mm
+ � m
o a
0 o E
a o
N O
O� N
c E �
-�o
S N
u� �n m
mo+
�� �
a o �n
co v
w x L
m~+
O U
x L N
N N L
� > �
_ � o
O U
v m �
r + •-
+ o
r �
T 3 O
n 4-
�
O N L
m o 0
c n
L � N
��+
> a o
O E
�TL
c o
N O w
L �
D O N
L 4-L
o +
v� o
co
a o 0
t x +
m i-
�
nl T L
•- a o
� �
+a� c
� o
w o E �
�
v N I�
Q N •_ '_
� 7 L
U D +
���
s .- �-
�F- Y O
U
U
a
� M Q
_m`°�
� N C �O
w Q o
_ Q �
ja�
=m Nvu�i
� M OI N
w��
Q o
TYPICA� MINIMUM CLEARANCES FOR LONG TERM AND INTERMEDIATE TERM SIGNS
12' min.
a
w
0
i
� , I
" 0' -6'
o � � ii
Paved
Shoulder
I �OAD
�o��
����
7!0' min.
9. 0' max.
�2 y �
�/C/� \� � ���.:/���j
� i/ ��
d
O
m
m
0 6'
or
; qreater
o � �
�
aoT� ii�
Paved
shoultler
�o�i�
����
�aP��D
m6n. �
7. 0' m i n.
9. �� (f10X.
_�
��r���\��///�� �/�
� /� /.
1
VU��
(��UV�
u W���O�
�D�I��J
DOo �����
e�a 1
� recsar I
Suppori
shUll not
protrude
above sign
Support
shull not
protrude
above sign
_ 1 S�
� /
� \ / /
� OR
�_
.� �1111p1 "��„��r(""1,'�
: � ��%
aE iE
�E When placi�q skitl supports on unlevel qrountl, t�e leg post lenqths must be o0justed so the sign oppears stroiqht and plurb.
Objects shall NOT be placed under skids as a means of levelinq.
iE # When ploques are placed on duol-leg supports, they should be attached to the upright nearest the travel lane.
Suppiemental plaques lativisory or disimcel should not cover the surface of the parent siqn.
ipn supports shall
extend more thun
1/2 way up the
bock of ihe siqn
SubSifote.
FRONT ELEVAiION
Bood, metal or
Fiber Reinforcetl Plastic
ATTACHMENT fOR SIGN SUPPORTS
� ROAD�
WORK
AHEA�_
Splicinq ertbedded perforoted square metal tubinq in orde� to extentl post
heighi will only De ollowed when the splice is matle usinq four bolts, two
above antl tro below the spice point. Splice must be locoted entirely behind
the siqn substrate, not neor the base of the support. Splice insert lenqths
should be ot leost 5 times naninal post size, centered on the splice and
of ot leost the sane guage moterial.
STOP/SLOW PADDLES
I. STOP/SLOW podales are the primary method to r,ontrol traffic
by flaqqers. The STOP/S�ON padtlle size shoultl be 24" x 24'
as detoiled below.
2. 'Mhe� used at niqht, ihe STOP/SLOW paddle shull be
retroreflectorized.
3. STOP/SLOW patltlles moy be attachetl to a staff with a minim�m
length of 6' +o the Dottan of the sign.
4. Any lighis incorporoted into the STOP or SLOW poddle faces
shall only be os specifically described in Section 6E.03
Hand Siqnoling Devices in the TMUTCD.
24'.
10" I 10„
1 I I. `\�:
� D
� O
�
\ � // 5/e
� \
(� 24 " -�
BOCkVroufq - fletl
leqentl i BorOer - IMiite
^ // I8� \
�S 1 � � �
8 Zq„ / � 8,.8
� � �
R,Z„I �
\ yi �%�
� 24" �
Backqraaq - Oranqe
LepenO i 8ortler - Blxk
2 �o��
minim�m
fran �0��
curb ����
� �
c'> ,a y 7.0' min.
�+: < 9.0' max.
I
� ��
SIDE ELEVATION
Wood
'' �,. (-, ,�,
r �rn
�
�; 6. 0' m i n.
;e �
_ *
AttacMient to wooden supports
will be by baits ond nuts
or screws. Use TxDOT's or
monufactureP s recamientled
procedures for attoching sign
substrates ta other types of
sign supports
Noils will NOT
be allowed.
Each sign
shall be attached
directly to the sign
support. Multiple
signs shall not be
joined or spliced by
any means. Wood
supports shall not be
extended or repaired
by splicing or
other means.
CONTRACTOR REQUIREMENTS FOR MAINTAINING PERMANENT SIGNS
WITHIN THE PROJECT �IMITS
1. Permonent siqns are useG to qive notice of traffic lows or �equlations, coll
attention to conditions that are potentially hazardous to troffic operotions,
shor route tlesiqnotia�s, tlestinaiions, directions, Aistonces, services, points
of interest, and other geoqraphical, recreational, or cultural information.
Drivers proceediny throuqh o Work zone need ihe same, if not better route
quidance as normally installea on a roadvay without construction.
2. IYhen permanent regulatory or warninq signs conflict with work zone conditions,
remove or cover the permanent siqns until the permanent siqn messoqe motches
ihe roadway condition.
3. When existinq permanent 5iqns are rtpved o�tl relocateA Gue to construction
purposes, they shall be visible to motorists ot all times.
4. If existinq siqns are to be relOCoted on their oriqinal 5u0Ports, they sholl be
installed on croshworthy bases as shown on the SAID Stondard sheets. The siqns
shall meet the requiretl mountinq heiqhts shown on the BC Sheets or the SMD
Standards. This vork should be paid for untler the oppropriote pay item for
relocotinq existi�q siqns.
5. If permonent siqns are to be removed ontl relocatetl usinq temporary suDPorts,
the Contractor shall use croshworthy 5upports as shown on the BC sheets or the
CWZTCO. The siqns shall meet the requirea rtiountinq heiqhts shown on the
BC Sheets or the SMD Stondartls durinq construction. This work should be paid
for under the oppropriate puy item for relocatinq existinq siqns.
6. Any sign or +raffic controi device thoi is siruck or tlanaqed by ihe Controctor
or his/her construction equipment shall be replocetl as soon as possible by ihe
Controctor to ensure proper guidance for the motorists. This wi11 De subsitliary
to Item 502.
CENERA� NpTES FOR qpRK ZONE 5[CNS
i. Controctor shaii instoll and maiintoin siqns in a straiqht and pl�srD caiditi� a�d/or as directed by the Engineer.
2. Wooden sign posts shall be pointed white.
3. Barricades shail NOT be usetl as sign supports.
4. Noils shali NOT be usetl to attach siqns to any support.
5. All siqns sholl be instaliea in acctlrtl0�ce with the plons Or as airNcteG by the Enqineer. Siqns sholl De usetl to regulate, warn, una
quide the trovefinq puhtic sofeiy throuqh the work zone.
6. The Contractor may furnish either the sign design shown in the p�ons or in the 'Standora Highway Siqn Desiqns for Texos" t5H5D). The
EngineeNinspector moy require the Contractor fo furnish other rorork tone signs ihat ore shown in ihe TMUTCD but may have been anitted
frpn the plons. Any voriation in the plms sholl be docunented by �itten agreement Detween the Engineer ond the Contractar's
Responsible Person. Ail chmqes must be dxunented in writing before beinq implemented. This con inciude docunenting the ch�ges in
the Inspector's TxDOT Oiory und hovinq both the ]nspector ond Contractor initial and date ihe aqreed upon chonqes.
7. The Cantrnctor shnil furnish sign supports listed in the "Complianf Work 2one Traffic Control Device List' (CWZTCD). The Coniroctor
shall install the siqn support in occordance with the monufocturer's recamie�dotions. If there is o question regording installation
procetlures, the Coniractor shali furnish fhe Enqineer o copy of the monufocturer'S installotion recam�en0ations so the Engineer can
verify the correct procedures ore being foliowetl.
8. The Contracfior is responsibte for instaliinq siqns on approved supports and replocinq siqns rith arnqged or cracked substrates and/or
Gartaged or rtarretl reflective sheeting as Girected by the Engineer/Inspector.
9. Ideniification morkinqs moy be shawn only on the hack of the sign substrate. The moximim height of letters and/or canpaiy loqos used
for itlentificotion sholl be i inch.
10. The Contracfor Shall replace damoqed wood posts. New or damaqed wood siqn posts shall not be spliced.
DURAT10N OF NORK fas definetl by the 'Texcs Morwal on Uniform Troffic Control Oevices' Port 61
1. The types of siqn supports, sign mounting height,the size of signs, aid the type of sign substrates can vary based on the type of
work Deinq performed. The Engineer is responsible for se�ectinq the appropriote siie sign for the type of work beinq performetl. The
Contractor is responsible for ensuri�g the siqn support, sign mountinq height and substrate meets monufiacturer's recamiendations in
reqard to crashwarthiness �d duration of work requirertients.
a. lonq-term stotionary - work that occupies a location more than 3 tlays.
b. Intermetliate-term stationary - work that occupies a location r�are thon one doyliqht period up to 3 doys, or niqhtime work lostinq
more than one hour.
c. Short-term stationary - daytime work that occupies a location for rtpre than i hour in a sinqle daylight period.
d. Short, durotion - work that occupieS o locotion up to i hour.
e. Mobile - wo�k that moves continuously or intermittently (stopping for up to approximately 15 minutes.)
SIGN MOUNTlNC HE[GHT
1. The bottan of �ong-term/Intermediote-term signs shall be at leost 7 feet, but not more thon 9 feet, above the paved surface, except
as shown for supplemental plaques mounted beiow other signs.
2. The bottan of Short-term/Short Durafion siqns shall be a minimun of 1 foot �ove the povement suriace but no more than 2 feet above
the qround.
3. Lonq-term/Intermediate-term Siqns may be used in lieu of Short-4erm/Short Duration signing. >
4. Short-terMShort Duration siqns shaii be usetl only durinq doylight qnd sholi be removea at the end of the workday. or roised to
oppropriote Lonq-terMtntermediote siqn heiqht.
5. Requlatory siqns shail be mounted at least 7 feet, Dut not more ih� 9 feet, obove the paved surfoce regordless of work duratian.
stzE o� s�ces
I. The Enqineer moy allow the use of srtailer size construction warning signs on secondary raods or city streets whe�e speeds ore low if
the siqn size is listed as a� option on the 'Typical Consiruction Worning Sign Size ond Spacing" chart shorn an BCf27.
2. The Contractor shall furnish the siqn sizes shavm in pl�s, the BC Sheets, the TCP sheets or as tlirectetl Oy the Engineer.
SICN SUBSTRATES
I. The Contractor sholi ensure the siqn suDstrote is instoiled in accortlance with the manufacturer's recomnendations for the type of sign
support that is beinq used. The CWZTCD lists each 5ubstrate that con be usetl on the tlifferent types and motlels of sign supports.
2. "Mesh" type moteriols are NOT an approved�sig� substrate, regardless of the tiqhtness of the weave.
3. AII wooden indivitluol siqn panels fabricated from 2 or more pieces Sholl have one or more plywood cleat, 1/2" thick by 6' wide,
fastenetl to the back of the siqn ontl extentlinq fully across the siqn. The cleat shall be attachetl to ihe back of the siqn using wootl
screws thot do not penetrote the face of the siqn ponel. The screws shall be ploced on both sides of the sDlice and spaced at 6"
centers. The Enqineer may approve other methods of splicing the siqn face.
REFLECTIVE SNEET[NC
I. AIl siq�s sholl be retroreflective ond constructed of sheetinq meetinq the color md retro-reflectivity requirements of OMS-8300
for riqi0 signs or OMS-8310 for roll-up signs. The web address for DMS specificotions is shown on BC111.
2. White sheetinq, meetinq t�e requirertients of DMS-6300 Type C(HiQh Specific Intensityl, shall be used for siqns with a white back-
ground.
3. Orange sheeting, meeting the requirements of pM5-8300 Type E(Fluorescent Prismaticl, sholl be used for rigid signs with orange
backqrountls.
SICN LEiTERS
I. AIl sign letters and nuribers shall be cleor, ond ope� rounded type �ppercose alphabet letters as approvetl by t�e Federal Hiqhwoy
Aclninistrotion (FHWA) ontl as publishetl in the 'Standnrd Highway Sign Oesign for Texas" manual. Signs, letters ond nurbers shall be of
first closs workmanship in occordance with Department Stondards and Specificotions.
REMOVING OR WVERINC
I. When siqn messaqes may be confusinq or do not apply, the siqns shall be rertaved or canpletely covered.
2. Lonq-term stationary or intermeUiate stationary siq�s installed on square metol tuDinq moy De turned oway fran traffic 90 tleqrees when
the sign messaqe is not applicoble. This type of siqn support meets ihe crashvorthiness standards regartlless of the direction of
impoct. This technique moy not be used for siqns installea in the meaion of divided hiqhwoys or near uny intersections where the siqn
may be seen fran approaching traffic.
3. Signs installed on wooden skids shall not be turned ut 90 degree angies to the roadray. These signs should be removed or canpletely
covered when not required.
4. When signs ore covered, the material used shall �e opaque, such os heovy mil black plastic, or other materials rhich will cover the
entire siqn face and maintain their opaque prope�ties untler autarabile heatlli9his ut niqht, withouf damaging ihe siqn sheetinq.
5. Burlop shall NOT be used to cover siqns.
6. Duct tope or other odhesive moteriol shall NOT be affixetl to o sign fuce. These materiols can tlamaqe tne retroreflectivity of sheetinq.
7. Siqns antl mchor stubs sholl be removed ond holes backfilled upon caroletian of work.
SIGN SUPPORT IIEICHTS
I. Where siqn suDPoris require the use of weiqhts to keep from turninq ove�, �� STANDARD PIAN$
the use of sanabags with ary, cohesionless smd is recomnended. , %@XOS /1��,nft1119/iffl'f %r0/?S�,,,�.i�0'f�0/)
2. The sondboqs will be tied shut to keep the sond fran spillinq and t� �fJc 0 oJlons Dlvlsfon�I
mointain a constmt weight. P�
3. Rock, concrete, iron, steel or other solid objects shall not be permittetl
for use os Sign 5upport .e�9ht5. BARR I CADE AND CONSTRUCT I ON
4. Sandbags should weiqh a minimm of 35 Ibs and o mazimm of 50 Ibs.
5. Sandbaqs 5ha� � be matle of a duroble moterial t�at te�5 ��, �eh�����- TEMPORARY S I GN NOTES
impaci.
6. Rubber (such as tire inner tu0es) sholl NOT be used for sandbags.
7. RuDber ballasts tlesiqned for chonnelizinq devices shoultl not 6e usetl for S T A N D A R D
ballost on portd�le siqn supports, Siqn supports desiqned ond monufactured
with rubber bases moy be used rhen shown o� the CWZTCD list.
8. Sondbags shall only be plocea along or loid over ihe base supports of the (! Of 1 2 B C ( 4) - 0 7
troffic cantrol device and shall not be suspended above qround level or
hung rith rope, wire, choins or othe� fasteners. Sondboqs sholl be placed �1xp0i n-�-02 �� TxUOT ��R TxDOT �o.,-7xD0T «. Tx00T
alonq th@ ICngih of the SkidS to weigh down ttte Siqn Support. ecnsias I surc �eo�Auuovmxcr scer
9. Sondbaqs shall N0T be plocetl under the 5ki0 ontl shall not De u5e0 to level 9-07 °15fP1i "Et°
� 6
Siqfl SuppOrtS plaCBd Oft SIOpCS. I canrr caa�a ucna .� xicMw
�
104
0
N
TL
c v
o>
�. o ai
oom
�
T N
+ L �/1
c++
0
L S
`o ° o
3 T�
o�
z �- o�
_ �
= O +
+•--
a � v�i
o m
a�ai
v � N
+ L N
o m
o O E
a o
N �
� E �
-�o
�L m
y N tll
a� o +
�� �
mo m
� o a�
w x �
�
N t
O • U
x i m
v v �
�-- > i
N O
O U
N �9 C
L �•-
+ O
L L
T 3 O
n � w
� w �
a�oo
� a
e�i � +
> a o
O E
O� T L
ul O �
� � t
�`� L
o +
a�o
ao 0
+ x t
N 7-
�
� T l
- n o
L �
+ m c
0 0
� � O t
w o E �n
�
Q) UI N
a a •- •-
J 7 L
U O +
�mc
c•-�
� i- Y 0
U
u
a
_���
��N
m��_ �o
�mQo
a ��
N P
1 o N � w
N�
���o �o
� � �,�n
w�
-� ..,
N i+l
M��
�a=��
0
SKID MOUNTEO WOOD SIGN SUPPORTS
Fron+
II II
II 11
LONG/INTERMEDIATE TERM 5TATIONARY - PORTAB�E SKIp MOUNTEO SIGN SUPPORTS ❑
Side Top � Front �axi� Sitle
Maximum 4x4 12 sq. ft, of Q -
21 sq. ft, of ��d � siqn face
1 si9n face � Post f —,— , I I ,
.� � ti i
2x6 27. II I
�+ "'—" I I
4x4 � � �
�
���� wood � � �_ �
1 post
�
See 8C(4)
for siqn
30" heiqht
' ' requirement
�_� �� I �
I I �
I qp•
2x4 x 40"
z^' 1
� �2x6
l ��
36" �
4x4
7Z• block
_, �L A /
4x4
wooa
pOSt
� See BCtA)
for siqn
height
requirement
�—� �
6- 5/16"bolt x 2 1/4" qratle 5 bolts,
6- i I/2" plostic woshP��
12 - 5/16" ftpt washer:
6 - nut5 per siqn
48 x 48"-IOrtm
extruded
+��^W^�� plUStiC
8�
�� • 1 3/4" x I 3/4" x 11 foot
' 12 go post
' � � (DO NOT SPLICEI
i .
i .
Upright must
telescope to 3/8" x 4/14'
provi�e 1' height � qro6e 5 boft
above pove�nent. � . wingnut and
washer
48'
2.5'
E
SINGLE LEG BASE
qg�� Side View
� \� 2" x 2" x
2. �i..........:,.........i 12 9a. uPriqht
i.
5'
2� X Z� X
12 9�5
48, : : DUAI. LEC BASE
Top
24" 2x6
��Skid
2x6 �^�
� ZX6
�
60" 4x4
block
� �,��
Lenqth of skitls may
be increased for
oao�r�onai srab�i�ry.
0
36 x 36"-lOmn
ex+rutled
thinwoll plostic
siqn
0
I 3/4' x I 3/4" x 11 foot
12 ga post
� / tU0 NOT SPLICE)
�/
I 3/4" qalv. round
with 5/16" hol¢s
or 1 3/4' x 1 3/4"
Front View �ypriqht m�st squa�e tubing
; ' telescope to
34" provide 7' heiqht � . . . . . . .
y^ ` obove pavement � �° ° ° ° ° �
�/� � Weld bolt thru
r tubing at 1" off
ir.•,...�... � top of ski0
�� •� � Welds to start o�
� .�' � opposite siCes qoinq
i� opposite di�ections.
1 3/4" x I 3/4" x 14 ga mox. weld :� Minimim weia, tlo not
cross brace bock fill putldle.
5' � ,
weld starts here--- • weld starts here
2 x 2' x �./ wela
12 qa. skids
WEDGE ANCHORS
8oth steel and plastic Wedge Anchor Systems as shown on the SMD St�dard Sheets
rtqy be used as femporory siqn supports for siqns up To 10 squore feet of siqn
face. They moy be set in concrete or in sturdy soiis if approved by the Enqineer.
(See weD adtlress far 'Traffic Enqineerinq Standard Sheets' on BC(ll l.
A
SKID MOUNTED PEftFORATED SQUARE STEEL TUBING SIGN SUPPORTS
�t t/2„
/ Dia.(typ)
o�
4" H � �
� 18��
� ���
�Direction
of T�offic
Zq^ � x4 brace
3/8" bolts w/nuts
or 3/8' x 3 1/2"
fmin.) lag
II•rR •'� screws
\
4x4 biock 4x4 DIOCk
48" � �
`o
Y - � 5•
pin ot onqle
• • • � • • • • ' ' neetled to
1 � motch sitle51op2
36"
WOOD POST SYSTEM
FOR GROUND MOUNTEO SIGN SUPPORTS
1 Npninol MOximutt Minimun Orilled
Post No, of Sq. feet of Soi1 Hole(sl
Size Posts Sign Fuce EmDedment Req�ired
1-0 x 4 1 12 36" NO
I 4 x 4 2 21 36' NO �
� q x 5 1 21 36" YES �
� 4 x 6 2 36 36" YES
GROUND MOUNTED SIGN SUPPORTS
Refer to tRe CWZTCO anC the rtwnufacturer's installation procetlure for each type sign suppori.
The moximull siqn squore footage Sholl adhere to the monufaciuref's fecam�endotion.
Twa post �nstailations can be used for lorger signs.
"�` 5ign
� � Post
:,:
rI
�{o�e �:
5 �
V<� �
��
i :
: : -0B,
minimun
:1
r/
t !
OP7ION i
cDirect Embeanentl
PERFORAlEO SQUARE METAL TUBING
�' Sign
� � Post
�,e �
G<�� 5� i
4.. ` 9„
mnx. desiroDie
: �
+`� 34" min. in
` strong saits,
' ' S5" min. in
weok soifs.
Anchor Stub
(1l4' lorqer
thon s i gn �. ;
po5tl
OPT]ON 2
tAnchor Stub)
GENERAL NOTES
1. Noils moy be usea in tne a5sertbty of wootlen sign
supports, but 3/8' boits with nuts or 3/8" x 3 112"
tnq screws must be used on every joint for finol
connection.
2. More detoils of opproved Lonq/intermediote and
Short Term supports can De fan0 on the CW2TCD
list. See BCt1) for website locotion.
3. No more than 2 siqn posts sholl be pioced within a
7 ft, circle, except for specific materials noted on the
cwttco �tst.
A. When project is compieted, alt siqn supports and
foundotiofts shall De rEmOved frpn the project site.
This will be considered subsidiary to Item 502.
❑ See BC(41 for definition of "Work Durotio�."
�Wood sign posts 1AU5T be one piece. Sp4icing wili
NOT be ollowetl. Posts sholl be painted white.
� See the CWZTCD for the type of sign subsirote
thot can be used for each opproved sign support.
� Sign
� � Post
dS�4�e �.��
�<� �l�I /
q�, 9„
++pX• , desiraDle
h !�' 18"
Optionai
reinfarcing i;
sleeve � %� 3q^ min. in
(lf2" larger ' '�
than sign �� sironq soiis,
post) x}g" 55' min. in
weak soils.
Anchor Stub
fl/4" lorger
than siqn
pOSt) �
OPTION 3
(Anchor Stub and Reinforcing Sieeve)>
WING CHANNE�
Lap-spiice/base bol+ed anchor
Siqn
h � Post
�e
�E
� y /
Gt .f
4' max.� ' �
i
i
� BQSE
See the CWZTCO ; Post
for etrbe6nent. ;
,
�
�
i
i
�
�
�
i
�
� w
STANDARD PlANS
� Texas Deportme�tt of Tran�sportotlon
Trafllc Operallons Dlvislon
BARRICADE AND CONSTRUCTION
TYPICAL SIGN SUPPORT
STANDARD
5 of 12 BC (5) -07
CQTx00T 11-4-02 �u�:�1xDOT Icx:.Tx00T �ou-Tx00T �a:-ixDOT
n[vlslMs I E aean fEOE�I Ilo �+Ecr SI+IEt
9'0% oii�nc� �cua
I6 camr ` m�xa I smtoa +w xicn��,
I � I
105
`o
N
T \.
� �
o>
�- o ai
O U N
7
T W
�_�
c+-+
O i •-
L O E
ow o
3 L
T 4-
ot
z _ o�
='n�
+•--
a c m
o m
�aL
U �/1
�-m�n
+ i �u
U O�
� C E
a o
m �
� E t
•-�o
��
Gl V) N
N O +
c -
�- i- �
o� o �,
co w
w x i
�
� �
o`�
N Ul L
i- > L
= N O
0 0
m�nc
L } ._
+ o
T 3 O
a �
v
v�n�
ca°
L L Vl
>no
p�TL
c o
w o �r
L L
v o m
�ws
o +
D I- O
c o
00 0
+ x +
m �
a
�T�
- � o
L D
+ N C
D O
��- o+
� O E �n
�v�nm
a �i•-•-
J 7 L
U O +
�mc
c�-v-
o��o
U
�
�n- tc
��
Qm
Q�
�
= �.,`
'o
'�'m�v v
� �,
w�F�Q
� �
��,
N .�
` ��
PORTABLE CHANGEABLE MESSAGE SIGNS
1. The Engineer/Inspector shall opprove oll messages used on portable
chongeable messaqe signs lPCMS).
2. Messaqes on PCMS should contain no more than B wortls fabout four to
eiqht characters per wordS, not includinq simpie wards suc� as "T0,'
"FOA,' "AT,' etc.
3. IAessages should consist of a singie phase, or two phoses ihat
ulternote. Three-phose messoges are not allowed. Eoch phase of ihe
messaqe should convey a sinqle ihouqht, and must be understooa by
itself.
4. Use the word 'EXIT^ to refer to on exit rar�p on a freewoy; i.e.,
"EXJT ClOSED." Do not use the term "RAMP."
5. Always use the route or interstote tlesignation (IH, US, SH, FM)
along with the number rhen referring to o roodway.
6. When in use the bottan of o stotionary PCMS messaqe ponei shoultl be
o minim�m 7 feet above the roadroy, where possiDle.
7. The message te�m 'wEEKEN�" ShOultl De u50d only if the wOrk iS t0
Start on SaturOoy morninq antl end by Sunday eveninq at midniqht.
Actuol aoys antl hours of work shouitl be dispiayetl on the PCMS if work
is to begin on Friday evening and/or continue into Monday morning.
8. The Enqineer/Inspecior may select one of iwo options which are avail-
aDle fo� displayinq o two-phase messaqe on a PCMS. Each phase moy be
displayed for either four seconds each or for three seconds each.
9. Do not 'fiash' messoges or words included in a message. The message
5houitl De steody burn or continuous while tlisploye0.
10. Do not present redundmt informotion on a two-phase message; i.e.,
keepinq two lines of the messaqe the same and chonqing the third line.
Ii. Do not use the wortl 'Danger" in message.
12. Do not disploy the messoqe "LANES SH(FT LEFT" or "LANES SHIFi RICHT"
on o PCMS. Orivers tlo not u�derstan0 the message.
13. Do not display messages that scroll horizontally or vertically across
the face of the siqn.
14. The followinq toble lists abb�evioted words ond two-word phrases that
are occeptabie for use on a PCMS. Both words in a phrase must be
dispioyed together. Words or phroses not on this list stwuld not be
abbrevioted.
I5. PCMS character heiqht should be at leasfi 18 inches for trailer mountetl
units. They should be visible fran at least 1/2 1,51 mile ond the text
should be legible frdn at least 720 feet. Truck mounted units must hove
a cho�acter height of 10 inches antl must De le9ibte fran ot leost 400
feet.
i6. Eoch Iine of text shoultl De centered on the message board rather thon
left or right jusiified.
il. If disobled, the PCMS shoul0 defoult to an illeqible dispiay thot will
not aiorm motorists and will only be used to olert workers thot the
PCMS has malfunctioned. A pattern such as o series of horizontal solid
bars is apprapriote.
Word or Phrase Abb.
ACCess Road ACCS RD
Air Ouolitv A1R OLTY
Aiternate ALT
Avenue AVE
Best Route BEST RTE
Boulevord BLYD
8ritlae BRDG
Cannot CANT
Center CNTR
Construction
Aheod CONST AHEAD
Detour Route �ETOUR RTE
Do Not DONT
East E
EastCound (route) E
Emeroencv EMER
Emervencv Vehicle EMER VEH
Entrmce Enter ENT
Express �ones EXP IANE
E� resswav EXPWY
XXXX Feet XXXX FT
fov AheOd FOG AHD
Freewav I fRWYf FWY
Freeway BlockeG I FWY BLKD
Frid�'1 I FRI
Haxordous Oriviq9 I HAZ DRIVING
Hazardous Maten ul HAZMAT
Hiqh-Occupancy
Vehicle HOV
Highway I HWY
Hours I HR
Informotion I INfO
It is I ITS
Junction I JCT
Left I LFT
Left �ane LFT LN
Lane CloseO I LN C150
Lower Level I LOWR LVL
Maintenance I AIAINT
Word or Phrase
Maior
Miles
Miles Per Hour
Mino�
Monaay
Narrtai
North
Northbound
Porkinq
Parking Lot
Rood
Riq�t lane
Safurtla�_(�
Service Rood
Shoulder
Sou}h rY
Southbound
$Aeed
Sfreet
Sundoy
Tele�hone
T� rary
Thursdoy
To Downtown
Troffic
Troveiers
TuesdaY
Time M�nutes
LJ�p�j Levei
Vehic�e
WarniRa
wedr�esdoY
Wei qJ�t limit
west
WesiDountl
Wet Povement
Will Not
AbD.
MAJ
MI
MPH
MNR
A10N
NORM
N
troutel N
PKING
PRK LOT
RD
RGT LN
SAT
SERY RD
SH�DR
SL[P
S
(route) S
SPO
ST
SUN
PHONE
TEMP
THURS
ro owNtN
TRAF
TRVLRS
TUES
TIME MIN
UPPR LVL
VEH
WARN
wEo
WT LIMIT
w
troute> w
WET PVAIT
WONT
Roadwoy
desiqnation b IH-nunber, US-number, SH-nunDer, FM-number
MHEN NOT 1N USE, REMOVE THE PCMS FROM THE RIGHT-OF-WAY OR PLACE THE PCMS
BEHIND BARRIER OR CUARpRAII WITH SICN PANEL TURNED PARALLEL TO TRAFFIC
__ .......................... _ -_
RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES
(The Engineer may approve other messages not specifically covered here.)
Phase 1: Condition Lists
Road/Lane/Ramp Closure List
FREEWAY
CLOSED
X MILE
ROAD
CLOSED
AT SH XXX
ROAD
CLSD AT
FM XXXX
R1GHT X
LANES
CLOSED
CENTER
LANE
CLOSED
NIGHT
LANE
CLOSURES
VARIOUS
LANES
CLOSED
EXIT
CLOSED
MALL
DRIVEWAY
CLOSED
XXXXXXXX
BLVD
CLOSED
FRONTAGE
ROAD
CLOSED
SHOULDER
CLOSED
XXX FT
RIGHT LN
CLOSED
XXX FT
RIGHT X
LANES
OPEN
DAYTIME
LANE
CLOSURES
I-XX SOUTH
EXIT
CLOSED
EXIT XXX
C�OSED
X MILE
RIGHT LN
TO BE
ClOSED
X LANES
CLOSED
TUE - FRI
Other Condition List
ROADWORK ROAD
XXX FT REPAIRS
XXXX FT
FLAGGER I I LANE
XXXX FT NARROWS
XXXX FT
RIGHT LN TWO-WAY
NARROWS I TRAfFIC
XXXX FT XX MILE
MERGING � I CONST I
TRAFFIC TRAFFIC
XXXX FT XXX fT
LOOSE UNEVEN
GRAVEL I LANES I
XXXX FT XXXX FT
DETOUR ROUGH
X MILE ROAO
XXXX FT
ROADWORK ( ( ROADWORK I
PAST NEXT
SH XXXX FRI-5UN
BUMP I I US XXX (
XXXX FT EXIT
X MILES
TRAFFIC LANES
SIGNAI SHIFT �
XXXX FT
Phase 2: Possible Component Lists
Action to Take/Effect on Travel
List
MERGE
RIGHT
OETOUR
NEXT
X EXITS
USE
EXiT XXX
STAY ON
US XXX
SOUTH
TRUCKS
USE
US XXX N
WATCH
FOR
TRUCKS
EXPECT
DEIAYS
REDUCE
SPEEO
XXX FT
USE
OTHER
ROUTES
STAY
IN
�ANE
�E
Warning
List
SPEED
LIMIT
XX MPH
MAXIMUM
SPEED
XX MPH
MINIMUM
SPEED
XX MPH
ADVISORY
SPEED
XX MPH
RIGHT
LANE
EXIT
USE
CAUTION
DRIVE
SAFELY
DRIVE
WITH
CARE
�E�E See Appiicotion Guidelines Note 6.
** Advonce
Notice List
TUE-FRI
XX AM-
X PM
APR XX-
XX
X PM-X AM
BEGINS
MONDAY
BEGINS
MAY XX
MAY X-X
XX PM -
XX AM
NEXT
FRI-SUN
XX AM
TO
XX PM
NEXT
TUE
AUG XX
TONIGHT
XX PM-
XX AM
iE LANES SHIFT in Phase 1 musi be used with STAY IN LANE in Phose 2.
Applicotion Guidelines
t. Only I or 2 phases ore to be used on a PCMS.
2. The 1st phose for both) should be selected fran ihe
"Road/La�e/Ranp Ciosure List" antl the "Other Contlition List'.
3. A 2nd phase con be seiected fran the 'Action to Take/Effect
on Travel, Location, Ceneral Warning, or Advance Notice
Phase Lists".
4. A Locution Phase is necessary only if a aistonce or locotian
iS not included in the first phase SelecteU.
5. If tro PCMS ore used in sequence, they must be 5eparoted by
o minimm of 1000 ft. Eoch PCMS Shoil be limted to two phases,
antl shouid De understmtlable by themselves.
6. For aavance notice, when the current date is within seven tlays
of the actual work tlate, colenda� days shoultl be repiaced with
days of the week. Ativance notification should typically be fo�
no more thon one week prior io the worK
Woraing Alternotives
1. The woras RIGHT, LEFT and AI.L can be interch�ged as appropriate.
2. Roadway desiqnations IH, US, SH, FM and LP c� be interchanqed as
appropriate.
3. EAST, WEST, NORTH ana SOUTH (or abbreviations E, W, N ond Sl con
be interchonged as appropriate.
4. Highwoy nanes and rnmbers replaced as oppropriate.
5, ROAO, HIGHNAY antl FREEWAY con be interchanqe0 as needed.
6. AHEAD nay Ge used instead of distances if necessary.
7. FT and AII, MII.E on0 MILES interchonqed os appropriate.
8. AT, BEFORE and PAST interchanqetl os neeaeA.
9. Distar�ces or AHEAD can be eliminated fran the messoge if a
location phose is usetl.
PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAII OR
CONCRETE BARRIER OR SHALL HAVE A MINIMUM OF FOUR (4)
PLASTIC DRUMS PLACED PERPENDICULAR TO TRAFFIC ON THE
UPSTREAM SIDE OF THE PCMS.
FULL MATRIX PCMS SIGNS
1. When full Alatrix PCMS siqns are use0, the character height ond IegiDiiity/visibiiity requirements 5holi be maintained as listed in Note 15 under "PORTABIE
CNANCEABIE MESSAGE SICNS" above.
2. When symbol sipns, such as the CW20-io Floqger Symbol, are represented qraphicolly on the Full Matrix PCMS siqn md, with the approval of the Enqineer, i4
sholl maintain the legibility/visibility requirement listed above.
3. When symbol signs ore represented qraphically on the Full Matrix PCMS, they shall only supplement the use of the static siqn represented, and sholi not substitute
for, or reploce that siqn.
4. A full matrix PCMS may be used to simulate a floshinq arrow Donel provided it meets the visibili.ty, flash rate ond dimninq requirements on BC(7), for the
sane size orrow.
FORM
X LINES
RIGHT
USE
XXXXX
RD EXIT
USE EXIT
I-XX
NORTH
USE
I-XX E
TO I-XX N
WATCH
FOR
TRUCKS
EXPECT
DELAYS
PREPARE
TO
STOP
END
SHOULDER
USE
WATCH
FOR
WORKERS
Location
List
AT
FM XXXX
BEFORE
RAILROAD
CROSSING
NEXT
X
MILES
PAST
US XXX
EXIT
XXXXXXX
TO
XXXXXXX
US XXX
TO
FM XXXX
STANDARD PLANS
� Texas lleportment o� Tron�sportation
Traffic Ope�aNans Dlvfslon
BARRICADE AND CONSTRUCTION
PORTABLE CHANGEABLE
MESSAGE SIGN (PCMS)
STANDARD
6 of 12 BC (6) -07
QC Tx00T I1-A-02 (�+:-TxUOT �cA:�Tx00T �o�:-ixDOT cR:-Tx00T
REVISIMS f Olitlilci ��tlpi fEOENL �10 FPOJE[i AHEi
9-07 � 6
I [QYItY I CRIiP0. I SE[Ildl I Jt6 NILMAIY
106
BARRIER REF�ECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS
�
0
.N
T L
�v
o >
�oai
O U �
�
T �
+- L �n
ci-�
0
� O E
o v- o
3 L
T 4
o+
z _ o�
:'n+-
� ._ _
U �1 7
a C �
O �
m a �
U h
-m�n
+- � m
o a�
i C E
a o
N �
ov
c E �
-�o
�� �
VJ N UJ
a� o +
c
•- � �
o� o �
c o m
w x �
m�+
O . U
x L m
v m �
r > L
- m o
O U
u�mc
L + •-
t O
L i
r3o
D 4-
m
a w �
mQo
L L �!1
> a o
� T E
c o
N O 4-
� L �
0 o m
L 'i- L
o +
a� o
co
0 0 0
+x+
N t- �
N T L
�- � o
= a
+ m �
0 0
� w o +
w o E w
�
^ Ul �ll N
Q N •_ '_
� t
��v+
--L-'�
0 1- s o
1. Barrier Reflectors shail be p�equolified, and conform to the color and
refiectivity requirertients af DMS-8600. A Iist of prequalifietl Borrier
Reflectors fType C Delineatorsl cai be found at the Moterioi Producer
List web address shown on BC(il.
2. Color of Barrier Refiectors shall be as specified in the TMUTCD. The
cost of the reflectors shall be cansidered subsitliary to Item 502.
CONCRETE TRAFFIC BARRIER (CTBI ��
�
��8arrier
Reflectors
3. Where traffic is on one side of the CTB, two (2J Borrier Reftectors
shoil be rtauntetl in approximately the midsection of each section of CTB.
An alternote mounting location is uniformly spacetl oi one end of each
CTB. This will oilow for a+tacMient of a barrier grapple rithout
damoqinq the reflector. The Barrier Reflector mountetl on the side of
the CTB shall be locatetl directly below ihe reflector mounted on top of
the barrier, as sFrown in the Oetail obove.
4. Where CT8 separates two-woy traffic, three borrier reflectors shall be
mounted on each section of CTB. The reflector unit on top shall have
two yellow refiective faces (Bi-Directionallwhile the refiectors on eoch
side of ihe barrier shall have one yellow refiective fxe, as shown in
the detail above.
5. Nhen CTB seporates troffic traveling in t�e same direction, no barrier
reflectors wiil De required on top of ihe CTB.
6. Barrier flefiector units sholl be yellow or white in color to match
the etlgeline being supDlertiented. Yellow 8arrier Reflectors sholl be made
with Type E Fiuorescent Prismatic Yellow Retroreflective Sheetinq.
White reflectors shall be made with Type D White Prismatic sheeting.
7. Maximim sD��nq of Borrier Reflectors is forty 14p1 feet.
8. Pavement morkers or temporary flexible-reflective roadway marker toDs
shall NOT be used as CTB delineation.
9. Atioctment of Barrier Reflectors to CTB shall be per manufacturer's
recamiendations.
lO.Missinq or ticmoqetl Borrier Reflectors shall be repiaced as tlirected
by the Enqineer.
11.Sinqle slope barriers shall be tlelineated as shown on ihe above detail.
�
�
J �_
�
l
Type C Warning Lighi or
aDProved substitute mounted
adjacent to the travel way.
U
U
a
Q � Q �
��
o ��,�
JON
o�e
��
���
�^ n�:n u�'i
Q a �O N
� � .t'L
� e
�----,
I �
i i
I �
I C ' O
( l
Warninq reflector may be rou�a
of SqU�fQ.MUSi h�v0 0
reflective surface area of at least
30 squore inches
LOW PROFIIE CONCRETE BARRIER (I.PCB>
Surface Mount J" x 3" min.
Flexible Deiineators � / refiective
� � sheetinq
�/
16"
Max, sD��ng of surface mount flexible delineators
is 20 feet. Attach the delineotors as per
manufacturer's recamiendotions.
DELINEATION Of END TREATMENTS
OA1-1 or
OM-3
�l
APPROACHING TRAFFIC
BOTH SIDES ONE SIDE
OM-3
DELINEATiON p�,�_� or
Verticai
Panel
Install o minim�m of 3 Barrier Reflectors
as Der manufacturer's recam�endations.
END TREATMENTS FOR
CTB'S USED
IN WORK ZONES
End treutmenis used on CTB's in work
zones shall meet crashworthy standartls
os definetl in the Nationoi Cooperative
Highway Research Report 350. Refer to
the CWZTCD list for opproved end
treatments antl monufacturers.
.. . ....... .. ........ ..
_
TYPICAL FLASHING ARROW PANEL
Arrow Panels m0y be locoted behind chonnelitiny devices in place for o
shoulder taper or merqing taper, otherwise they sholl be tlelineated wit�
four t4) chonnelizing devices placed perpendicuior to troffic on the
upsirean side of traffic.
1. The flashinq Arrow Ponel should be used for ail lane ciosures on
muiti-lone roatlwoys, or siow moving maintenance or construction
octivities an the travel lanes.
2. Fl�shinq Arrow Ponels should not be usetl on two-lafx, two-way
roadwoy5, detours, diver5ions or work on shoulders unless the
'CAUTION" tlisploy tsee detail belowl is usetl.
3. The Engineer/Inspector shall choose oll appropriote signs,
barricades ond/or other traffic controi tlevices that should be used
in conjunction with the Flashinq Ar�ow Ponel.
4. The Flashinq Arrow Panel shoultl be oble to tlisplay the following
symbols:
O •
Flashinq RICHT tLEFT) ARROW p �
• • � � • O •
� �
O �
Floshing QOUBLE ARROW �� � �
� O • • • O �
• •
• •
• •
Flashing CAUTION O O
O O O O O O O
O O
• �
5. The 'CAUTION' display consisis of four corner lanps fiashing
simultaneously.
6. The straiqht line caution display is NOT ALLOWED.
7. The floshinq Arrow Ponei shall be copoble of minimim 50 percent
dirtminq fran roted lamp voltoqe. The floshinq rote of the lanps
sholl not be less thm 25 nor more thon 40 flashes per minute.
8. Minimum lamp "on time' shali De approxirtqtely 50 percent for the
flashing arrow ond equol intervals of 25 percent for each
sequential phose of the flashing chev�on.
9. The sequentiol arrow Oisploy is N0T A��OWED.
10. The flashing arrow Oisplay is the TxUOT stmdord; however, the
WARNING LIGHTS sequential Chevron display may be used tluring tlaylight operations.
1. Warning lights shail meet the requirements of the TMUTCD.
2. Warninq liqhts Shall N0T be installed on barricotles.
3. Type A-i.ow ]nte�sity Flashinq Worninq Lights are camnnly used with druns. They are intended to worn of or mark a potentiolly hozordous
o�ea. Their use shall be as indicoted on this sheet and/or other sheets of the pions by the designation 'Fl". The Type A Warning Lights
shall not be used wi+h signs manufactured with Type E Sheeting ffluarescent Prismaticl meeting the requirertients of Departmental Aloteriol
SpecificOtion �MS-8300.
4. Type-C ana Type D 360 tlegree Steady Burn Lights ore intended to be used in o series for delineation to supplernent other traffic control
devices. Their use shall be as indicated on this sheet and/or other sheets of the plans by the desiqnotion "SB".
5. The En ineerilns ector � th i n h ii i v'
o e a s s a s cif ihe I ati n t f r in ii ht to e insta Ie0 th tr ffi ntr I � es.
9 P P Pe
oc on o d e o wa n s G on e o c co o Ue c
Y P 9 9
Y
6. When required by the Engineer, the Contractor shall furnish a copy of the warninq lights certificution. The warning light manufacturer wiii
certify the warnin9 lights meet the requirements of the latest ITE Purchase Specifications for Flashinq antl Steatly-Burn Warninq liqhis.
1. When usetl to delineote curves, Type-C ond Type D Steady Burn Liqhis should only be placetl on the outside ofi the curve, not the inside.
WARNfNG LICHTS MOUNTED ON PLASTIC DRlAAS
I. Type A flashing worninq liqhts are intended to warn drivers thot they are approaching or are in a potentially hazardaus orea.
2. Type A rontlan flashinq warninq liqhts ore not intendetl for delineation ond shall not be usetl in a series.
3. A series of sequentiol flashinq worninq liphts piaced on chmnelizinq devices to form a merginq taper may be usetl for tleiineation. If used,
the successive flashing of the sequentioi warning lights shouid accur fran the beginning of the toper to the end of the merging toper in
order to itlentify the desiretl vehicle path. 7he rate of flashing for each light shall be 65 flashes per minute, pius or minus 10 flashes.
4. Type C ond D steady-burn warninq liqhts are intentled to be used in o series to delineate the edqe of the trovel Iane on detours, on lone
chonges, on Ime closures, and on other similar conditions.
5. Type A, Type C antl Type 0 wurninq liqhts shall be instolled at locations os detailed on other sheets in the plans.
6. Warning liqhts shaii not be installeA on a drun that has a sign, c�evron or vertical pmel.
7. The moximim spacing for warning iights on �-uns should be identicai to the chonnelizinq device spocing.
WARNINC REFIECTORS MOUNTED ON PLASTIC ORL@AS AS A SU85TITUTE FOR TYPE C tSTEADY BUFiN) NARNING LIGHiS
I. A warning reflector o� upprovetl substitute may De mounted on a plastic tlrun os a substitute for o Type C, steotly burn warninq liqht at ihe
discretion of the Contractor uniess otherwise noted in the plans.
2. The w�ninq refiector sholl be yellow in color ond shall De monufactured usin9 a sign substrate opprovetl for use with plastic druns listed
on the CWZTC�.
3. The wa�ninq reflector shail hove a minimm retroreflective surface urea (one-si0e) of 30 s�are inches.
4. Round reflectors shall be fuliy reflectorized, inclutling the area where atiachetl to the tlrun.
5. Squore s�strates must hove a minimim of 30 s�are inches of reflectorizetl sheeting. They tlo not have to be reflectorized where it
attaches to the drun.
6. The side of the warninq reflector focinq approaching trnffic shall have sheeting meeting the color ond retroreflectivity requirements for
DMS 8300-Type D (Non-fluorescent Prismatict.
7. When used neor iwo-woy traffic, Doth sides of the warning reflector sholl be refiectorizetl.
8. The worning reflector should be mounted on the sitle of the hondle nearest approochinq traffic.
9. The mnxim.m spacing for worning reflectors should be identical to the channelizinq device spacin9 reQuirements.
• O O
• o 0
• o o Sequentiol Chevron
• o O
• o O
• • O
• • O
• • O
• • O
• • O
• • •
• • •
• • •
� • �
• •
REQU'iREMENTS
MIN1MlAA
MINIA0.IM MINIMUM NlM18ER VIS[BILITY
TYPE 512E OF PANEL LAl�S DlSTANCE
8 30 x 60 t3 3/4 mile
C 48 x 96 IS 1 mile
ATTENTION: Flashing Arrow Panels
shall be equipped with
outartatic tlirrming devices.
WHEN N0T [N USE, R@fAOVE THE ARROW
PANEI. FROM THE R1GHT-OF-WAY OR
PLACE THE ARROW PANEL BEHIND
CONCRETE TRAfFIC BARRIER OR GUARDRAIL.
11. The Floshing Arrow Ponel shail be mounted on
o vehicle, trailer or other suitable support.
12. A Floshing Arrow Panei SHALL NOT BE USED to
laterally shift troffic.
13. A full motrix PCMS moy be usetl to simulote o
Flashinq Ar�ow Ponel provided it meets
viSiDility, flash rote ond dimning requi�ernents
on this sheet far the sane size arrow.
14. Minimum mamtinq heiqht of trailer mountetl arraw
p�els should be 7 feet fran raadray to bottan
of ponel.
TRUCK-MOUNTED ATTENUATORS
i. Truck-mounted attenuators tTAIA) used on TxDOT focilities must meet ihe requiremenis outlined in the National
Cooperotive Highwoy Research Report No. 350 (NCHRP 3501.
. Refer to the C TCD for the re irements of Level 2 or Level 3 TMAs.
z �
�
th r uirertients antl the croshworthiness
3. Refer to the dotes shown in the CWZTCD to ensure that ihe TMn meets e aqe eq
criteria estoblishetl by the Federai Highway Adninistration (FHWAI for TLIAs.
4. Refer to the CWZTC� for u list of approved TMAs.
5. TMAs are required on freeways unless otherwise noted in ihe plans.
6. A TMA should be used mytime that it can be positioned approximately 30 to 100 feet in advance of the orea of
crew exposure rithout adverseiy offectinq the work perfo�monce.
7. The only reason a TMA 5hould �ot be requiretl is when o work area is sDreod tlown the rootlway anG the worK crer is
an extended distonce fran the TMA.
STANDARD PLANS
j rexas aeportment of rronsportallon
Tra(flc Operollons Dlvislan
BARRICADE AND CONSTRUCTION
ARROW PANEL, REFLECTORS,
WARNING LIGHTS & ATTENUATOR
STANDARD
7 of 12 BC (7) -07
�C TxpOT 11-4-02 �u�:-TxDOT I<K:�Tx001 �m:-TxDOT cx:�Tx�01
xEY151W+5 I SI�R [OEa4 {fOEAk A10 PAOYctt FREi
9-07 onreai `�c�a
� 6
Iw.wir carxt s[cnd we mcx��v
�
���
c
0
.N
TL
� �
o�
�om
O U u1
�
T W
t L �/1
C + t
o -
L 1
owa
3 L
T V-
O t
z �- a
_ �
=��a-
+ •- -
a C �
o m
ma�
U �n
•- N N
+ 1 N
U Q�
0 o E
a o
N D
� E �
-�o
L N
� y w
a� o +
c
•- � �
O� O N
c o a�
W X L
�
�, +
0 0
X L GI
a�w�
'r- > L
- w o
O U
W N C
L �•-
+ o
T 3 O
� � 4-
a�ioo
c n
L i �
> n o
O E
� T L
N O 4-
i L
oam
LwL
o +
o� o
�o
0 0 0
+- x +
N F-
� T �
- n o
r �
+ m c
a o
w o E N
�
� N 1% N
a m•-•-
J 7 L
u o +
�n a� c
�+ L �- w
O N Y 0
U
U
Q
>�
"' m �o
Q o
JON
��N
-vo�o
w � N
�m in
N
��M
Handle 18" min � 9/16" Uia. Ityp]
`I for mountinq
Top should not signs onG
oilow coilection worning lights
of woter or �
debris �
4 max " .
4" min Each drun sholl hove
g• �qX a minimum of 2 orange
{typ! - .::-::. :. and 2 white stripes
._ .. _, . . . : _ .. : : : � i„� :
- using Type C retro-
... ...... . . .. .. .
.... .. . . . .... .. . .... . . ...
.. . .. . . ...... ... .
reflective sheeting
z m°X with the top stripe
�typ'� being orange.
EE .... ... .. .. .. . . ....:....... . . . ..
.. . ...... ..... . . . . . . . .
_ : :.. ... : .. . .. . ... .. . .. . ....
� � . . . ... .:: : . :. ..
-� .- 0, 07" rtax
X Taper to aliow
$ �- for stackinq a
minimm of 5
_ drums
� � �
� : - Base (36"
� dia. max)
CENERAL NOTES
1. For long term stationary work zones on freeways, druns sholl De used os
the primary channelizinq tlevice.
2. for intermediate term stationary work zones on freewoys, druns shouid be
useG os the prirtary channelizing tlevice but may be replacetl in tongent
sections Dy vertical panels, or 42' two-piece cones. In tangent sections
one-piece cones moy be used with the approval of the Enqineer but oniy
if personnel are present on the project at all times to maintnin the
cones in proper position ond iocotion.
3. For short term stotionary work zones on freeways, tlruns ore the preferretl
chonneli2inp device but may De reDlacetl in tapers, transitions and tanqent
sections Dy vertical ponels, two-piece cones ar one-piece caies os
approved by the Enqineer.
4. Druns ond all related items shall canply with the rec�irements of the
current version of the "Texos Mmual on Uniform Traffic Control Devices"
tTMUTCO> ond the "Cariplimt Wo�k 2one Traffic Control Devices list'
(CWZTCOI.
5. Onms, boses, antl reioted moterials shail exhibit gootl worWipnship and
shall be free fran objectionable morks or tlefects thot wouid odversely
affect their appeorance or serviceability.
6. The Contractar shall have a moximm of 24 hours to reploce any plastic
druns identified for replocement by the Enqineer/Inspector. The replace-
ment tlevice must be an approvetl tlevice.
GENEHA� OES[GN REOUIREMENTS
Prequolifietl plostic druns shall meet the following repuirements:
I. Plostic druns shall be a two-piece desiqn; the "body" of the drun shoil
be the top portion ontl the 'bose" shall be the bottan.
2. The body antl base shall lock toqether in such o manner that the body
separates fran the bose when i�octed by a vehicie travelinq at a speetl
of 20 NPH or greoter Dut prevents occidental separation tlue to rwrrtai
h�dling md/or oir turbulence creoted by passing vehicles.
3. Piastic tlruns shail be constructetl of iiqhtweiqht fiexiDie, antl
deformoble materiols. The Controctor sholl NOT use meial drun5 or
sinqie piece plostic tlrumS as ch�nnelizotion devices or siqn supports.
4. Druns sholl present a profile thai is a minimm of 18 inches in width
ot the 3fi inch height when viewetl fran my direction. The height of
drun unit (body installed on bose) shail be a minimm of 36 inches and
o moximim of 42 inches.
5. ihe top of the drun shail have a built-in hondle for eosy pickup and
shall be desi�ed to drain woter ond not collect debris. The handle
shall hove a minimum of two wideiy spacea 9/t6 inch dianete� hoies to
ollow pttaclment of a worning liqht, warninq reflector unit or approvetl
canpliont sign.
6. The exterior of the drun body shall have a minimim of four olternoting
oronqe �d white retroreflective circunferentiol stripes not less ihon
4 inches nor qreater thon 8 inches in width. Any non-reflectorized
spoce between ony two adjacent stripes shall not exceed 2 inches in
Witlth.
7. Bases shall hove a maxim�m wiUth af 36 i�ches, a rtqximum height of 4
inches, ana o minimm of two footholds of sufficient size to ollow bose
to be heid down rhile seporatinq the drun bo0y fran the base.
8. Plastic drums shall be constructed of ultra-violet stobilized, oranqe,
hiqh-density polyethylene tHOPE) or other approved maieriol.
9. Orun Dotly shall hove o minimum unbaliasted weiqht oi 7.7 Ibs, and
moxim�m unballastetl weiqht of 11 Ibs. The wall of the drun body shall
be a minimum of 0.07 inch in thickness. Weiqht of pny drun supplied
shall not vary mpre than 0.5 Ib. fran that of the prequolified sanple.
10.�run �tl bose shali be morked with manufacturer's nane ond model nunber.
RETHOREFLECTIVE SHEETING
I. The stripes usetl on druns shail be constructed of sheetinq meetinq the
coior ana retrorefiectivity requirements of Departmentoi Moteriais
Specification DMS-8300, "Fiat Surfoce Ref�ective Sheetinq." Hiqh
Specific Intensity (Type C7 retroreflective sheetinq shail be supplied
unle55 Othe�wi5e SpeCifietl in the pl�ns.
2. Tt7e sheefiinq shall be suitable for use on and shail adhere to the drum
surfoce such that, upon vehicular impact, the sheetinq shcll rertain
adhE�2tl ir1-pIOCB d�tl OxhiDit no tlelaninatinq, cr'�ckinq, Or 1055 of
retroret'iectivity othe� than tnat ioss aue to ob�esion of the sheetinq
surface.
BALLAST
1. Unbailosted bases shaii be large enough to holtl up to 50 Ibs. of santl.
This base, when filied with ihe ballost naterial, should weiqh between
35 Ibs tminimm) mid 50 Ibs tmaximum). The ballast moy be sand in one
to three sondbags separate fran the buse, santl in a sand-fiiled plastic
base, ar other boilosting devices as approved by the Engineer. Stacking
of sandboqs wiil be allowed, however heiqht of sandboqs obove pavement
surface may not exceed 12 inches.
2. Boses with built-in ballast shall weigh between 40 Ibs. antl 50 Ibs.
8uilt-in ballost con be constructed of an inte9ral crurb rubber base or
a solid rubber 6ose.
3. The ballost shall not be heovy abjects, water, or any rtooterial thai
vroultl becane hOZ�f40u5 t0 mOtOri5t5� pedestrims, Of workers when the
drun is struck by a vehicle.
4. When used in reqions susceptible to free2i�g, druns sholl hove Urainoqe
holes in the bottans so that water will not collect md freeze becaninq
0 haZOfd WhCfl St�t1Ck by a vOhiCl2.
5. Ballast shall not be placed on top of tlruns.
6. Atlhesives may be usetl to secure base of druns to pavement.
CWI -6 �
36"
�� 24" I�
1.
12"
��
�r
8"
j 4" White \
O1RECilON INDICATOFi BARRICAOE
1. The Direction Intlicator Borricaae rtby oe used in tapers, tronsitions, ana
other oreos where specific directional quidance to drivers is necessory.
2. If used, the Direciion Intlicator Bo�ricotle shouitl be usetl in series to tlirect
the driver throuqh the transition ana into the intenaetl travei iane.
3. The Direction Indicotor Barricade shall consist of One-�irection Larfle
Arrow tCW1-6) biqn in the Size showft with o Dl�ck arrow on a DaCkqrountl
of Type E Fluopresceni Prismotic Oranqe above a roii with Type C Hiqh
Specific Intensity retroreflective sheetinq in alternotion 4" white antl
oranqe stripes slopinq tlownward at an anqle of 45 tleqrees in the direction
roatl users ore to pass.
4. Double arrows on the Di�ection Indicator Barricatle will not be allowetl.
5. Approved rtanufocturers ore shown on the CWZ7CD �ist. 8ollast shall be
as approvetl by the manufacturers instructions.
'�
18" x 24" Sign 12" x 24'
tMoximi.m Sign DimensioN Verticol P�el
Chevron CW1-8, Opposing Traffic lane mount with diagonals
DiviCer, Drivewoy siqn D70a, Keep Riqht siopinq Oown towa�ds
Rq 5eries or other Signs as approved trovel way
by Engineer
Plywood, Aluminum or Metal sign
substrates shall N.OT be used on
plastic drums
SIGNS, CHEVRONS, AND VERTICAL PANEIS MOUNTED
ON PLASTIC DRUMS
1. Signs used o� plastic druns shoii be manufactured using
substrates listed on the CWZTCD.
2. Chevrons ontl other work 2one signs with on oranqe backqround
shall be manufactured with Type E(Fluorescent Prismotic)
sheetinq meeti�g the color ontl retrorefiectivity require-
ments of UMS-8300, 'Siqn face MateriaJ," unless otherwise
specified in the plans.
3. Verticai Panels sholi be manufactured with orange and white
sheeting meeting the requirements of DMS-8300 Type C(Hi9h
Specific Intensityl. Oiagonol stripes on Verticai Panels
sholl slope down toward the intenCetl troveletl lane.
4. Other siqn messoqes (text or symboiic) rtay be used as
approved by the Enqineer. Siqn dimensions shoii not exceetl
18 inches in width or 24 inches in heiqht.
5. Siqns shall De installed using a i/2 inch Doit fnaninai)
and nut, iwo woshers, and one lockinq washer for each
ca�nection.
6. Mounting bolt5 and nuts shall be fully engoged ond
atlEquately torquea. Boits shoultl ltOt extend rtqre iharl t/2
inch beyond nuts.
7. Chevrons nay be placed on tlrums on the outsitle of curves,
on merqing tapers or on shiftinq tapers. When used in these
locotions they may be placetl on every tlrun or spacetl not
more than on every third tlrum. A minimm of three (3)
should be used at eoch locatian colletl fo� in the plons.
6. R9-9, R9-10, R9-ii and R9-ila Sidewalk Closed siqns which
ore 24 inches wide may be moun+ed on plastic tlruns, with
approvai of the Engineer.
STANDARO PLANS
� Texas Daportmerrt of Transpatation
T�o(fic OperalJo�.s Dlvisiar
BARRICADE AND CONSTRUCTION
CHANNELIZING
DEVICES
STANDARD
8 of 12 BC (8) -07
�C 7xDOT 1i-4-02
�4's03 � ois`rw�« w�"�"
9-07 i 6
casirt
�
�� Tx�OT � cn:-1aD0T � or.- Tx00T cx:. Tx00T
�eowi uo eaw¢a s�[[r
caiaa I sccr�p� I .roe x�cxur
t08
0
T L
c v
v >
woai
o � w
��
�
c+�
o -
i O E
o v- o
3 L
T 4-
o+
z _ o�
_'�+
t -- -
om�
a c m
o v
mn�
o m
+ L v
0 0�
0 0 0
icE
a o
N �
� E �
- � o
�t m
���
mo+
c -
•- � �
°� °o v
w x L
w ~
o . o
x � w
vv�
�- > �
= v o
O U
N �n C
L + �-
t o
L L
T 3 O
D k
�
D N L
a�oo
c a
L i �11
v�+
o a E
Q� T l
� o
u� o v-
1_ L
� o w
L '�- L
o +
v � o
0 0 0
+x+
m t-
�
N T l
- n o
L O
+ v c
0 0
cr Y- o +
w O E u�
�
a�m�
a �n •- •-
J � L
u o+
�a�c
r-w
O � Y p
U
U
a
_�
_me�
m N v �O
Qo
JON
N m N P
��
s,0 � ry
�,�'�-
� K'
� - - M �
CHANNE�IZING DEVICES
VERTICAI PANElS (VPS)
8" to 12"
�--�
4'
45� 4a
, q.
VP-iL .
Fixed Base Surface
wi approvetl �unt Roadwoy
Adhesive _ Base�Surface
FIXEO
fRigid or self-rightinql
B" to 12"
�
� 4.
24"
min.
4'
4'
I �
fRiqid or self-rightinql
PORTAB�E
6" to 12.'
��
� 1-
0
a
>
0
24" +`
min. �
a
0
U
0
VP-1R , ;�
v
E
_ w
n
rj�
18- � Self-righting
Support
;�
m6n.
� � -
B" to 12"
�
4„
45° q"
4'
.X \
� ����,;,'��
12" minimm
embebnent
tlepih
� V
8' to 12"
�
i
E �
N Z4�
>
�'
� 36"
Rigid ��.���
Support
�RIVEABLE v
1. Verticai Poneis (VP'sl ore norrtally used to channelize
traffic or divide opposing lones of troffic.
2. VP's may be usetl in tlaytime or niqhttime situations.
They moy be used at the edge of shoulder Orop-offs and
other oreos such as lone transitions where positive
daytime antl niqhttime tlelineotion is required. The
Engineer/Inspector sholl refer to the Roatlwoy �esign
Alanual Appendix B"Treatment of Pavement Drop-offs in
Work Zones' far additionai guitlelines o� ihe use of
VP's fo� drop-offs.
3. VP'S 5houid Ge rtaunted 6ack to bock if used at the edqe
of cuts adjacent to two-way iwo lane roadways. Stripes
are to be �eflective oranqe ane reflective white mtl
should always slope tlowmwartl towortl the travel lane.
4. YP's usetl on expressways ond freeways or other high
speed roadways,shnll have a minim�m of 270 square inches
of retroreflective areo focinp traffic.
5. Self-rightinq suDParts ore availabie with portoble base.
See 'Compliant Work 2one Traffic Control Devices List"
(CWZTCD).
6. Sheeting for the VP'S shall be retroreflective Type C
(Hiqh Specific Intensityl conforminq to Departmental
Materinl Specificatian DMS-8300, unless nated otherwise.
7. Where the height of reflective moteriol on the vertical
panel is qreater thai 36 inches, a panel stripe of
6 inches sholl be used.
HOILOW OR WATER BALLASTED SYSTEMS USED AS
LONGIiUO[NAL CHANNElIZ1NG DEVICES OR BARRIERS
----�._.
I � TiT'
IONCITU0INA� CHANNEIIZING OEVICES `-"
t. Lanqitudinol chon�elizinq devices ore crashworthy, lightweight, deformoble devices that are hiqhly visible, have qootl
torget voiue md can De connected toqether. They are not tlesipnetl to contain o� retlirect o vehicle on impOct.
2. Lonqitutlinol chonnelizinq devices moy be usetl insteod of o line of cones or tlruns.
3. Lonqitudinal channelizinp devices sholl be placed in accordonce to opplication antl instaliation requirements specific
to ihe tlevice, an0 used only when shown on the CW2TCD list.
4. Lonqitudinal channelizinq devices should not be used to provide positive protection for obstacles, pedestrians or
workers.
5. longitudinal channelizing devices shall be retroreflective, or suppiemented rith retroreflective delineation
as required for temporory ba�riers on BCf7l-07.
NATER BALLASTED SYSTEMS USE� AS BARRIERS
i. Water bailostetl systems used as bar�iers shall not De use4 solely to chonnelize rood users, but olso to protect the
work spoce per ihe appropriate NCHRP 350 crashworthiness requiretne�ts basetl on roatlway speetl mtl borrier applicotion.
2. Waier bailasted systems used to channelize vehiculor troffic shall be 5up0�emented rith retroreflective delineotion
o� chonneli2inq aevices to improve daytime/nighttime visibility, They may also be supplemented with povement rtp�kinqs.
3. Water ballasted systems usetl os Darriers shall be placed in accordance to appiicotion and instaliation requirements
specific to the device, and used oniy when shown an the CWZTCD list.
4. Water ballaste0 systems use0 as Darriers shoultl not De used for a merqinq taper except in low speed (less than 45 APHI
urbon oreos. When used on a taper in a low speed urban orea, the tape� shall be delineated and the taper lenqth
should be designed to optimize road user operotions considering the availoDle geanetric conditions.
5. When woter bailostetl systems usetl as borrier5 have blunt ends exposetl to iroffic, they shoultl De ottenuoted
as per monufacturer recamnendations or flared io point outside the cleor zone.
If used to chonnelize pedestrions, lonqitudinol chnnnelizing devices or woter boliosted systems must have a continuous
tletectoble bottan for users of lonq canes md the top of the unit shail be not less than 32 inches in heiqht.
CHEVRONS
i�-- 18" -�
1. The chevron sholl be o verticof �ectonqle with a
minim�m size of 12 by 18 inches.
2. Chevrons are intended to qive notice of o sharp
chonge of aliqrn�Ent with the tlirection of trovel
ontl provide odditionpi emphasis ond quidmce for
vehicle operators with regartl to changes in
horizantal oligrnient of the roadway.
3. Chevrons, when used, sholl be erected on the out-
side of u sharp curve or turn, or on +he far side
of m intersection. They Shoil be in line with
antl at right a�qies to opprooching traffic.
Spacing should he such that the motorist ulways
has three in view, until ihe chanqe in aligrnient
eliminates its neetl.
4. To be effective, the chevron shoultl he viSiDle
for at least 500 feet.
5. ChevrOns shall De oronge with a blaCk nonrefiec-
tive legend. Sheetinp for the chevron shall be
retroreflective Type E tFluorescent Prismatic)
conforminq to Deparimental Moteripi Specification
DMS-8300, uniess nated ofherwise. The legend
shall be block vinyl non-refiective decal sheet-
ing meetinq the requirements of OMS-8300.
6. For Lonq Term Stotionor�y use on tapers or
transition5 on freewoys and dividetl highwoys
self-righting chevrons moy be use0 to s�ppiement
piastic druns but not to repiace D�astic druns.
Fixetl Base w/ Approved Adhesive
(Oriveable Base, or Flexible
Support can be used)
OPPOSING TRAFFIC IANE
DIVIDERS (OT�O�
_ �p^ ' CW6-4
i - �
� �
�
18"
�",�. 36„
� , � ,
Ponels
n rtqunted
back to back
�
Portable,
Fixed or
Driveable Bose
may be u5etl,
or may be
mountetl
on druns.
� Y
GENERAL NOTES:
I, �ork Zone channelizinq devices illustrated on this sheet rtay be installed
in close proximity to traffic ond are suita0le for use on high or low
spe2d roodrrays. The Engineer/Inspector sholl ensure thot spacing a�d
plocerr�nt is unifo�m and in occordonce 'with the 'Texos M�uol on Uniform
iraffic Control Devices' tTMUTCD).
2. Chonneliling tlevices shown on this sheet rtay have a tlriveoble, fixetl or
portabie bose. The requirement for self-righting chonnelizinq devices must
be specified in the General Notes or other Dlon sheets.
3. Channeli2inq tlevices on self-riqhtinq supports shoultl De used in work 2one
a�eos where channeliiing devices are frequently impacted by erront vehicles
or vehicie relotetl wintl gusts rtwking oligrnient of the chmnelizing tlevices
diificuit to maintain. I.ocations of these tlevices 5hall be Oetailed else-
where in the pl�ts. ThEse devices sholl conform to the TAIUTCD and the
"Caripliant Work Zone Traffic Controi Devices List" fCWZTCDI.
arp
4. The Contractor shall maintain Cevices in a cle� condition md replace
tla�wqetl, nonreflective, faded, or broken devices and boses os required by
w
the Engineer/Inspector. The Contractor shall be required to mointain proper
Device spacing ma aligrment.
5. Partable bases shall be fobricated fran virgin ona/or recycled rubber. The
portoble Dases shall weigh opproximotely 35 Ibs.
6. Povement surfaces shall be preDared in a manner that ensures proper bondinq
befween the a�esives, the fixed mount baszs ond the pavement surface.
Adhesives sholi be prepared md applied accordinq to the manufacturer's
recarmendotio�s.
7. The installation antl removal of channelizing tlevices shall noi cause
de4rimental effects to the final pavement surfoces, incluaing pavement
surface discoioration or surface integrity. Oriveobie bases sholi not be
permitted on finai pavement surfoces. The Enqineer/Inspector shoil approve
oll applicotion ond �emoval p�ocedures of fixetl bases.
8. Exanples on this sheet ore comnonly usetl chonnelizinq Aevices in work zones.
For other devices, refe� ta the CWZTCD.
1. Opposing Troffic I.one Divitlers tOTLD) are
delineation devices designed to canvert o
normai o�e-way roadway section to two-way
operation. OT�D'S are used on temporary
centerlines. The upwortl antl tlownward orrows
on the sign's face intlicate the Oirection of
troffic on either siGe of the divitler. The
bose is secured to the puvement with an ad-
hesive or rubber weiqht to minimize movement
caused by a vehicle impact or wind qust.
2. The OTLO moy be usetl in cdnbination with simple
tubular markers or YPs.
3. Spaciny between the OT�D shall not exceed 500
feet. Tubular markers or VPs ploced between
the OTLD's shouitl not exceetl 100 foot spocinq.
4. The OTLD shall be ormge with a black non-
reflective �egentl. Sheetinq for the OTLD shall
be retroreflective Type E(Fluorescent Prismatic)
confarming to Deportmentul Materini Specification
D1A5-8300, unless notetl otherwise. The leqend
shall De biack vinyl non-reflective tlecai
sheetinq meeting the requirements of OMS-8300.
Minimm OesirG[i1e Suqqeste0 Aloxim�n SOacinpl
Taper Lenqths �* of ChaMelixin9 Devicee
Poatetl Forrtuia 10' 11' 12' On a On o I
Speetl Oifset Otiset Offaet laper Tonqeni
30 Z 150'165' 180' 30' 60'-75' �
35 L= 60 205' 225' 245' 35' 70'-90' (
40 265' 295' 320' 40' 80'-100')
45 450' 495' S40' 45' 90'-il0'
50 500' 550' 600' 50' 100'-125'
55 550' 605' 660' 55' 110'-140'
60 ��WS 600' 660' 720' 60' 120'-150'
65 650' 775' 780� 65' 130'-165'�
70 700' 770' 840' 70' 140'-175'�
75 750' 825' 900' 75' 150'-185'�
SO 800' 880' 960' 80' 160'-195'�
** Taper lenptns have been rounGetl off.
L-Lerpih of Toper tFT. l N•Y1idm af Offset liT. i
S�Poatetl Speetl (AVHI
VERTICAL PANEIS & OPPOSING TRAFFIC I.ANE Refer to BC ond�or TCP_____� �
DIVIDERS SEPARATING TWO-WAY TRAFFIC sneets for approacn � ��I�e
( T yp i Ca 1 Opp I i Cat i On ) � \ requirements. � o �
Centerline - _
�� _
�l - -- - - ' - - - --- �
� I�_ I
�0-�� _
a soo• �� d �
N L
N N
+
11 1t �
❑
❑
Opposing VP or
LOne Tubular
Divider Marker
\ %/ -
\ � % �
�- _ _ . --_ _ � G� -- o �'i
' � - � -----
� � � � � � � � � �--
1t
Opposinq Opposinq VP or
Lone Lone TuDular Marker
Divider Divider
QSpacing Detween the VP's or tubulor rta�kers shail not exceetl 100 feet. On rooarays with speeds less ihm 45 APH,
spocinq between the tubular markers or VP's shall be os shown on the channelizinq spocinq table shown on this
poqe. If the table shows spacinq qreater than 100 feet based on the roodway speed, then use a moximum of 100 feet
spacing b2tween ihe tubular markers Or VP's. Every fifth chOnnelizing device sholi be on OTLO, except when ihe
OLTD must be spaced closer to accomodote on intersection. Spacing betreen the OTID sholl not exceed 500 feet.
STAt�ARD PLANS
j rexos D�ort,r�eirf of r�ansportatron
Trafflc Operoilau Dlvlslon
BARRICADE AND CONSTRUCTION
CHANNE�IZING
DEVICES
STANDARD
9 of 12 BC (9) -07
CQTxDOT 11-�-02 ��-TxDOT �a:-Tx00T �w.�TxDOT cR:-Tx00T
REVI5�M5 I OIS�Itt �C�U fEOEAk If0 PAO.IESI 5N((i
9-07 I 6
Icanrr [OIIP0. xctla .m x�cxin
� �
109
0
.�
T�
� �
o>
'�- O 01
O U �n
�
T N
+ L m
�r+
o •-
� t
o°o
3 L
T 4-
ot
z •- o�
='a�
i- •- -
a C �
om
v a L
U N
- v m
+L a�
0 0�
0 o E
a o
N O
� E L
-�o
�L �
v�nm
v o +
� -
•- r- �
�a�
w x L
�
w t
o . o
x L v
� v �
� > �
m o
O U
vmc
L + •-
+ o
T 3 O
D � 4-
D N L
moo
c a
1 i UJ
��}
O a E
m T L
C O
Ul O 4
'_
D O N
���
o +
�� o
�o
0 0 0
+ x t
��
�
N T i
- n o
r a
+ m c
D O
�v-o+
� O E �n
�-+ N U) N
a �n •- '-
J � L
U D +
v� a� c
�r•-�-
O I- Y O
V
a
e�
- Q�
Jow
"'�,N<�
PQ�
n m �
�+ n �n
T N m
m m _
n` �n
TYPE III BARRICADES
1. Refer to ihe Car�pliont Work Zone lraific Control Devices List (CW2TC�)
for detoiis of the Type ltl Barricodes a�d o lisi of all moteriois
used in the construction of Type 111 8aricatles.
2. Type 1II 8arricatles shall De usea ot eoch enG of construction
projecis closed to oli troffic.
3. Barricades extending ocross o roatlway should have stripes that slope
downwartl in the direction towartl which traffic must twn in tletouring.
When both right and left turns are provicied, the chevron striping may
siope downrartl in Doth directions fran the center of the barricade.
Where no turns are p�ovided at a ciosed rood stripinq should slope
downword in both Cirections towartl the center of roatlwoy.
4. Striping of roils, for the right side of the roatlway, shoultl slope
downward to the left. For the left siGe of the roadway, stripinq
shauld siope downward to the right.
5. Identificotion markings may be shown only on the back of ihe
barricode rails. The maximm heiqht of letters �d/or ca�any lagos
usetl for itlentification shall be 1'.
6. 8orricade5 shall rwt be placetl paraliel to traffic unless an adequate
cleor zone is provitletl.
7. Worning lights shall NOT De insialled on borricades.
8. Where barricades require ihe use of weights to keep fran turning over,
the use of smdbags with dry, cohesioniess sand is recam�ended. The
sa�tlbaqs wili be tied shut to keep the santl fran spilling ontl to
rtaintain o constant weight. Sand bags shail not be stocked in a manner
that covers my portion of a barricade rails reflective sheetinq.
Rock, concrete, iron, steel or other 5o1i0 objects will NOT be
permitted. Smdbags should reiqh o minimim of 35 Ibs antl a moximm of
50 Ibs. SandDaqs shall 6e maae of a duroble moterial thot teors upon
vehicuiar irrqact. RuDber (such as tire inner tubes) shall not be used
for santlDoqs. Sondbags shall oniy be piacetl olong or upon the base
suppo�ts of the device wd shall not be suspended above grountl level
or hung rith rope, wire, chains or other fasteners.
9. Sheeting for barricades shall be retrorefiective Type C(High
Specific [ntensity) conforminq to Departmental Aloterial Specfication
DMS-8300 unless otherwise noted.
Barricades shail NOT
be used as a sign support.
TYPICAI STRIPING DETAIL FOR BARRICADE RAII
8. � � - - _ � wtdtn of
naninal Reflective
Sheetinq
45° i� 7 inches.
TYPICAL PANEL DETAIL
FOR SKIO OR POST TYPE BARRICADES
4' m i n. , 8' max.
� �
._.._._.,,, ._ i -,_
� � �
0
N y
m
Q
� o
N
Stiffner
� Fiat rail
Stiffner may De insicfe or outside of support, but no rtare than
2 stiffeners Shall be allowed oft O�E bO��iCOd¢.
� Alternote
Approx.
50'
� I'
Min. 2 druns
or 1 Type I11
barricade �
y
�
On one-woy roacis
domstrean druns
or barricade may be
omitted here
TRAFFIC CONTROI FOR MATERIAL STOCKPILES
Druns, verticol paneis or 42' cones
at 50' maximum spacing
� = i.l �
3,._4„
1�4" min. orange
1
2" min.
�4" min. white
T2" min.
> �4" min. oronge
2" min.
4" min, white
42"
min.
Two-Piece cones
Alternate �
Approx. �
50' i� �
Min. 2 druns
or 1 Type (II
STOCKPILE � barricade
�
� � ❑ ❑ ❑
Desirable
stockpile location
is outside Chonnelizing devices porallel to troffic
ciear zone. shoulC be used when stockpile is
�� within 30' fran travel Ime.
a
� - � _ _ �
TYPE III BARRICADE (POST AND SKID) TYPICA� APPLICATION
Eoch roadway of a
divided highway s�oll be
barricotletl in the same monner
3 �
�-.� ���
_ '�� !s-
�� �'`s'` �
�
PERSPECTIVE VIEW
ROAD "°'�
ADDPESS
RI1-2 nrr G20-6
CLOSED sr�re
f �� COxTRACTON
M4-10� �� pETp�R�1
5
, �
'. --� �
The three roils on Type I11 barricades
shall be reflectorizetl orange and
reflective white stripes on orie side
focing one-woy traffic and both sitles
for iwo-way iraffic.
Barricotle stripinq should slant
downwortl in the direction of tletour.
� �
/ / . ���'�
%I , / �f/..i
♦ � i/i! '
/� �
� ��r ��.
\� \�
1 -
�' •
'��� �
� �
�a.I
�. � � � � W �
1. Signs shouid be rtqunted on independent supporis at a 7 foot B' max. lenqih Type I[1 Barrica0es
mountinq heiqht in center of roodway. The siQns should be o
minimim of 10 feet behind Type II1 Barricaaes.
2. Advance signing shall be as specified elsewhere in the pla�s.
CONES
3„_4.. ,
�6" min.
2" min.
�4" min.
28 ��
min.
P�AN VIEW
� 3��_4�� - Z,� maX.__
3" min.
6" min.
2" min. 2" ta 6"
4" min. 3" min.
28" pg ��
min. min.
� 1
One-Piece cones Tubulor Marker
CU�VERT WIDENING OR OTHER ISOLATED WORK WITHIN THE PROJECT LIM[TS
� �
� • �a ��
��
\`�-� �.. �,_. �:�
�
� �
These tlruns
are not required
on one-way �oadwoy
�
�
1. Where positive redirectional
capaDility is providetl, druns
may be aniited.
2. Plastic construction fencing
moy be used with druns for
safety os required in the plans.
3. Vertical Panels on fiexiDle support
may be substitutetl for druns when the
shaulGer witlth is less than 4 feet.
4. When the shouider wiGth is qreater
than 12 feet, steo0y-burn lighis
may be anitted if druns are used.
5. Oruns must extend the iength
of the cuivert widening.
Increase r�mber of piostic tlruns on the
siGe of opproaching traffic if the crown
� �� width mokes it necessary. tminirtun of 2
antl maxirttm of 4 drunsl
��c Y�� �
Dd�� � �
10' max. 10' max. 10' max._�
P�AN VIEW =�= -I� _I
�� A minimum of two druns shoil �
be used acrass the work area.
28" Cones shall have a minimum weight of 9 ti2 Ibs.
42" 2-piece cones shall have a minimum weight of
30 Ibs. includinq bose.
1. Traffic cones ond tubular markers shall be a minimum of 28 inches in heiy�t when
used either on freewoys or af nighttime.
2. Cones or tubular markers shail De predaninantly oranqe, fluarescent red-orange, or
fluorescent yellow-oronge. They shouid be kepi cieon and briq�t for maximum
visibility.
3. Cones used only for doytime operations do not repuire the reflectorized bonds.
4. Cones and tubular marKers used for nighttime operati�s shaii be reflectorizetl.
RefiectoriZed materiol shall hove a srtaoth, 5ealed outer surface that disploys
the sane opproximote color durinq the doy mtl niqht. The refiectorizetl bmds
sholl be retroreflective Type C lHigh Specific Intensityl conforminq to
Departmentul Material Specificotion DMS-8300, unless otherwise noted.
5. When used at niqht, appropriaie personnel shall ens�xe that co�es antl tubular
rt�ker5 rertain in their proper locotion and in an uDright position.
6. Reflectorizution of 28'cones s�oll consisi of a minimum 6 inch bontl piace0 at
least 3 inches but not more than 4 inches fran the top, suppiemented by o minimum
4 inch bond spacetl a minim�m of 2 inches below the 6 inch band.
7. Reflectorizution of 42' cones shoil De provitletl by olternoting 4 to 6' orange and
white stripes with ormge on to0•
8. Reflectorization of tubular markers sholl be a minimum of two 3 inch bands placed
o maximim of 2 inches fran the top with a rtaximum of 6 inches between bands.
9. One-piece cones or tubulor rtarkers ore qenerally suitable for temporory usaqe !up
to 8 hours] with other chonnelizotion devices such os verticol pmels, tlruns o�
two-piece cones for long term usage. Care should be taken to ensure they remain in
their proper location and in an upright position.
tO.Cones or tubulor morkers used on each project shali be of the same size and shope.
11.The hondie may be designed as a hook or other shape, fobricoted fran non-riqid
moterials similar to the cone mate�ial, ond moy extend up to a maximm of 8 inches
obove the top of cone. Lengih of tne hontlle shall not be consitleretl with regard to
the overali heiqht of the cane.
Rypicol
Piastic Drun
PERSPECTIVE VIEW
Leqend
� Plostic drun
�Plastic tlrun with steady burn light
or yeblow worninq reflector
Steody burn wurninq light
SB or yellow warning refiector
3" to 4'
4"
z"
I 4.
� 4..
� 4, 42., EDGE�INE
CHANNELIZER
I. This tlevice is intended only for use in place of a vertical ponel to
channelize iroffic by indicoting the etlqe of the travel lone. It is
not intentletl to be used in tronsitions or tapers.
2. This device shail not be used to separate iones of troffic fopposing
or otherrisel or worn of objects.
3. This device is based on o 42 inch, two-piece cone with an alternate
stripinq pattern: four 4 inch retroreflective bonds, with on
approximate 2 inch gap between bontls. The color of the bantl shoultl
correspond to ihe color of the edqeline tyeilow for left edpeline,
white for riqht edqeiinel for which ihe cievice is substitutetl or for
which it supplements. The reflectorized bands shali be retroreflective
Type C encopsulatetl beatl tHigh Specific Intensity) conforming to
Deparimentol Materiai Specification OMS-8300, uniess otherwise noted.
4. The bose must weiflh a minirtun of 30 ibs.
STANDARD PLANS
� Texos Deportmerrt � Transpa�fatlon
Trofflc 0/�roflons Dlvlslon
BARRICADE AND CONSTRUCTION
CHANNELIZING
DEVICES
STANDARD
10 of 12 BC (10) -07
QC TxUOT I t-�-02 ��: TxDOT �«: TxDOT ( u�: TxDOT �x:- TxDOT
�rmms I oiiinicr ��iai �EOEAII Alo PASIECt wFEt
9-01 I 6
Ica�rr I ca,w xcr�a .ae n�cx�ar
I I
109A
0
.N
T L
o >
c .
� o a�
O U �i
�
T N
+ t v�
C + +
a
� L
o v°- o
3 T 9-
o +
z �- a�
=�a+-
+- .- -
� � �
a c a
o a�
N d L
U v1
•-vm
+ L N
U Q�
000
ic�
a w v
� E �
•-�o
L �9
� � �
a� o +
�� �
o� O N
c o m
W X L
�
m +
o . o
x L m
U1 U1 L
i- > S_
= a� o
0 0
y N [
L + •-
� o
c �
T 3 O
n v 4-
a � L
moa
iaN
a� � +
> a o
O E
�TL
c o
m o w-
� L t
a o m
iwr
o +
a� o
�o
0 0 0
+ x +
��
D
� T L
�- � o
L �
+a� c
0 0
w O E m
�
u�m�n
4 N �- •-
J 7 L
U O t
v�mc
..L�-w
CI-Y O
U
U
a
-�-�,m
�= �,
�� �
_��
� e�
�Qo
o_ �
� ��
0 � �
�_N rt
N N M �
�n
m m -
�m��
� _
WORK ZONE PAVEMENT MARKINGS
GENERAL
1. The Contractor 5�ali be respOnsible for rtqintoininq work 2one anG
existinq Da��ent morkinqs, in accordmCe with ihe standarA specifi-
ca+ions anG sp¢cial provisi0ns, on oll roodways open to traffic
within the CSd timits ��ess otherwise stated in the plans.
2. Color, patterns ond Gimensions shail be in Conformance with the
"Texas Manuot on Uniform ira4fic Control Devtces' tTMUTCD).
3. Atlditionol suppiernental pavement morkinq details may be found in the
plons or specifications.
4. Pavement morkings sholi be instalied in accordonce with the TAaJTCD
and as shown on the pims.
5. When short term narkings ore required on the pl ms, short term
markings shail conform with the TMUTCD, the plons and detoils os
shown on the Standard Pian Sheet WZtSTPM).
6. When stanaartl povement markings are not in place and the roatlrroy
is opened to troffic, DO NOT PASS siqns sholl be erectetl to mark
ihe beginning of the sections where passing is prohibited ond
PA55 WITH CARE signs at tne beginning of seCtions whe�e pass(ng
is permitte0.
i. AIl wark zone povement morkings shofl De instotled in occordonce
with ]tem 662, "Work Zaie Pavement Markings.'
RAISEO PAYEh�NT MARKERS
1. Raised pavement markers are to be placed accortling to the potterns
on 8C1121.
2, All raisetl povement rtprkers usetl fof work zone marKinqs shali meet
the requirements of Item 672, "RAISED PAVEMENT MARKERS' and Depart-
mental Moterial Specification DMS-4200 or DMS-4300.
REIdOVAL OF PAVE�NT IAARKINCS
r ate c -
i fe could c e onfu
t. Povement rtwrkinq5 ihat are no lonqer apDl cab ,
sion or direct a motorist towartl or into the closed partion of the
raadway, shoil be remAved or obiiterate0 before the roadway is open-
ea to traffic.
2. The above shali not apply to tletours in place for less than txro
weeKs, where flaqqers ondlor suf#icient chonnelizing devices pre used
in lieu of markinqs to autline the detour route.
3. Pavement markings shofl be removed to the fulfes+ extenfi possible,
so os not to leave a tliscernoble markinq. This shall De by any methotl
opproved by TxDOT Specification Item 6Tl for "Eliminatinq Existing
Ppvement Morkings and Alarker5".
4. The removal of pavement markings moy require resurfacing or seal
coati�q portions of the roadway.
5. Subject to the opprovol of the Engineer, my method tnat proves to be
successful on a particular type puveme�t nay Oe used.
6. 81ast cleoning may be used but will not be required unless specificol-
ly shovm in the plans.
1. Over-painting of the markinps SHall NOT BE permitTeG.
8. Removol of roisetl po�ement morkers shall be os Airected by the
Engineer.
9. Removai of existing pavement morkings antl morkers wiil be paid for
tlirectly in occo�aonce with Item 677, "ELiMINATING EXISTINC PAVEMENT
MARKINGS ANO MARKERS,' inless otherwise stated in the pians.
10.Biack-out morking tape rtay be used to cover conflicting existing
morkings for periods less than two weeks when approvetl by the Enqineer
PREFA9R[CATED PAVEI�NT MARKINGS
t. Removable prefabrScoted povement markings shoft meet the reqUirements
of OMS-8241.
2. Non-removpbte prefabricoted pavement morkings tfoil back) shail meet
ihe requireir�ents of DMS-8240.
MAINTAINING wORK ZONE PAYEAIENT MARK[NCS
I. The Coniroctor will be responsible for mointoining work zone povement
mafkings rithin the wa'k limits.
2, Work zo�e povement markings sholi be inspected in accardance with
the frequency ond reporting requirettients of work zone traffic controi
tlevice inspections as required by Form 599.
3. The markings shouid provitle a visible reference for a minimum
distance of 300 feet during normal dayligtit hours and 160 feet when
iliuninated by autanoDile low-Dean heatlliqhts at niqht, unless siqh+
distonce is restricted Dy roadway qeanetrics.
4. Markings failing to meet this criteria within the first 30 days after
placement shall be repiaced at the expense of the Cantroctor as per
Specification Item 662,
Temporory Fiexible-Refiective
Roadway Marker Tabs
TOP VIEW
� _ = _ _ _ _ = _
�- 4 � `_ �/� � -''�
FRONT VIEN SIDE 41EW
� � �
2"
�
� ,.,,, .., ., , ,,, .,
.? „
Atlhesive pad
Hei9hf of sheeting
is usually Ilqre thon
t!4" ond less thon i".
STAPLES OR NA115 SHALL NOT BE USED TO SECURE
TEMPORARY F�EXIBIE-REFIECT[YE ROADWAY MARKER
TABS TO THE PAVEMENT SURFACE
Temporary flexible-reflecfiive roodway marker tabs used as guidemarks
shall meet ihe requirements of DMS-8242.
Tabs detoiled on this sheet are to be inspected and occepted by the
Engineer or designated representative. Srnipling ond testinq is not
normolly required, however ot the option of the Engineer, either "A"
or "8" below moy be imposed to ossu�e qunlity before piocement on the
roadway.
A, Select five i5l or more tabs nt �andan f�an each lot or ship-
ment and submit to the Construction Division, Materiois a�d
Pavement Section to determine speciEicat;on carp�iance.
B. Select five 151 tabs and perform the foilowinq test. Affix five
t5> tabs ot 24 inch intervoVs an M osphoftic prnement in o
sfiraiqht line. Usinq a mediun siZe passenger vehicle or pickup,
run over the rtarkers with the f�onfi and reQr tires ot o speed
of 35 to 40 miles per hour, four t4) times in each direction. No
more thOn one (I1 aut Of the five t5) YefiCctive SUYfaceS Shall
be lost or tlispiaced os u resuit of this test.
Smoil desipn variances may De nated between tob monufacturers.
See Standara Sheet WZ(STPM1 for tab place�nent on new pavements. See
Stondord Sheei TCP(7-I) for tob placement an seal coot work.
Raised Pavement Markers
used as Guidemarks
1. Raisetl pavement markers usetl as 9uicfemarks shntl be from the npprovetl
protluct list, ond meet the requirements of OMS-4200.
2. All temporary construction roisetl povement morkers providetl on o pro-
ject sholl be of the sone rnanufocturer.
3. Adhesive for quitlenwrks shall be bituminous moteriai hot applied or
butyl ru6ber potl for ail surfaces, or therm�plastic far concrete
surfoces.
Guidemarks sholl be desi9noted as:
YELLOW -(two arber reflective surfoces with yellow bodyl.
WHITE - fone silver reflective surface with white bodyf.
OEPARTMENTAL MATERIAL SPECIFICATIONS
PAVE�ENT MARKERS tREFLECTORiZE�i DMS-4200
TRAFFIC BUTTONS DMS-4300
EPDXY AND ADHESIVES DA15-6100
OM -6130
T MARK RS 5
V FOR PAVEMEN E
5 A HESI E
TUMINOU 0
BI
PREFABRICATED PAVEtAENT MARKINGS-PERIAANENi D�i5-8240
PREfABRICATED PAYEMENT MARKINGS-REMOVABLE DtAS-8241
TEMPORARY FLEXIBLE-REF�ECTIVE ROADWAY MARKER TABS Dhi5-82-02
A list of prequolifie0 reflective roisetl povement morkers,
non-reflective traffic buttons, roadway marker toDs antl other
povement ma�kings con be found at the Material Producer List
web atldfess 5hown on 8C(1S.
STANDARD PIANS
� Texas Department of TranEsportallon
T�affic Operot3ons Dlvlslon
6ARRICADE AND CONSTRUCTION
PAVEMENT MARKINGS
STANDARD
11 of 12
CQ TxDOT FeDruary 1998 �u��-Tx00T
AFY{SICK I F I £OEAIL I
Z�98 oI51n1[1 PEGId
1-02 � 6
I1'02 I wrirr
9-�7 I
BC (1 1 ) -07
� ce:- ixDOT � o�:- TxDOT I�K Tx00T
rowi aio vw�[cr � sx[r
aaiea xma I .we I xtcx��r
4
109B
�
a
N
T L
c m
o >
w o a i
0 o m
T a) ]
+ L �n
C t +
o -
o �° o
3 �
T 4-
O t
Z •- O�
_ � +
+-•--
a��
o a�
a� a �
U �n
��
+��
U O�
o O E
a o
�a
� E �
-�o
L Ul
m w a
mo+
c -
-��
v� o m
com
w x �
F
�n +
O . U
x � v
N N L
F > L
= N O
O U
Ul V1 C
r + .-
+ o
� t
T 3 O
� w
v
���
vao
c a
LL�
m�+
o a E
Q� T t
C O
� O �
L L
D O 0�
�wr
o +
D I- O
co
000
r x+
� � �
UI T L
- n o
L o
+v�
D O
�v- o�
�w O E �n
-» w w m
a m �- •-
J � L
U D t
V1 U1 C
�c•-�
O H Y O
U
U
Q
—�
��
�
��—o
o�
o�
� -�
� N �
�m�-
PAVEMENT MARKING PATTERNS
CENTER LtNE & NO-PASSING ZONE BARRIER LINES FOR TWO-�ANE, TWO-WAY HIGHWAYS
� t2 � Type Y buttons 10 to 12" Type II-A-A /�
'1 �p O O O O O O�� O O O O O
O
" ''�"" 0000 ❑ 0000 O 0000 D � �
C�� Y21 l ow � �'"" Ye l l ow �' � T � o 0 o a o 0 0 0 0 0 0 0 0 0 0 �o 0 0 0 0 0 0 0 0 0 0 0 0
ype II-A-A Type Y buttons
REFLECTORIZED PAVEMENT MARKINGS - PATTERN A• RAISED PAVEMENT MARKERS - PATTERN A
��l .. ........... „
�� —� Yell
4 to 8"
REFLECTORIZED PAVEMENT MARKINGS - PATTERN B
a Type II-A-A �L Type Y buttons a
0 o a�o 0 0} 0 0 0 0 oIo 0 0 0 0 o a o 0 0 0 0 0 0 0 I�/
0 0❑ O O o�QO O o 0 � O 000o O 0 000 D 0000
��. t�
� Type Y buttons 6 to 8" \ Type II-A-A
RAISED PAVEMENT MARKERS - PATTERN 8
Pottern A is the T%DOT Stantlard, however Pottern B moy be usetl if opprovetl by the Enqineer.
Prefabricoted morkings rtay be substituted for reflectorized povertie�i rtarkings.
EOGE & LANE LINES FOR DIVIDED HIGHWAY Type I-C
� White �� —■ " o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0❑ o 0 0 0� o 0 0 0 0 0 0 0 0 0 0
�7 Type W buttons � Type 1-C or II-C-R a
Yellow � o 0000 0 0000 0 0000 0��0000 0 0000 0
� � Type I-A � Type Y buttons� a
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0❑ o 0 0❑ o 0 0 0
� . o 0 0 0 0 0 0 0 0 0 0 0 0❑ a o 0 0 0 0 0 0 0 0 o a o 0 0 0 0 0 0 0 0 0 0 0 0 0 0❑
� YellOw � Type I-A� Type Y buttons �
� White�� � � o 0000 0 0000 0 0000 0�\0000 0 0000 0
� � Type W buttons � Type I-C or II-C-R
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0❑ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
REFLECTORIZED PAVEMENT MARKINGS RA15ED PAVEMENT MARKERS �
Prefobricated markinqs moy be substituted for reflectorized pavement markings. Type I-C
LANE & CENTER LINES FOR MULT[LANE UNDIVIDED HIGHWAYS
White A
�
� White�
a
�� �
�
� Yellow ��
REFLECTORI2ED PAVEMENT MARKINGS
Prefobricoted morkinqs rtay be substituted for reflectorized pavement markings.
�Type W buttons Type I-C �
0 0000 0 0000 0 0000 0� o00o a o00o a
Type II-A-A Type Y buttons a
0 0 0 0 0 0� o 0 0 0 0 0 0 0 0 0 0 0 0 0 0�0 0 0 0 0 0 0 0 0❑ o 0 0❑ o 0 0 0
0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0❑ o 0 0 0
�
0 0000 0 000o a o000 0 0000 ❑ o000 ❑
� � Type W buttons � Type I-C
RAISED PAVEMENT MARKERS
TWO-WAY LEFT TURN LANE
— — — —
a
�White� a
� „� , , „ , � �
�Yellow
— — — —
�
— — — —
� �Wh i te�
REFIECTORIZEO PAVEMENT MARKINGS
Prefabricate0 markings may be 5ubstituted for refiectorized pavement markinqs.
a
❑ o000 0 0000 0 0000 0 0000 0 0000 0
�Type W buttons � Type I-C �
o❑ o 0 0 0 0 0 0 0 0 0 0 0 0 0❑ o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0
❑ 000� o 0000 0 0000 0R.�\ 0000 0 0000 ❑
Type Y buttons a�TYPe II-A-A
0 0000 0 0000 0 0000 0 0000 0 0000 0
000a000000000000000000000 0000000000000000
�
0 0000� o ooao 0 0000 0w 0000 0 0000 0
� Type W buttons \ Type I-C
RAISED PAVEMENT MARKERS
STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS
DOU B � E p�yEWENT
MAHKERS
NO-PASSING
REFLECTORIZED
L I N E P��EAENT
WPKINGS
60" + 3"
� � Type II-A-A TYPAe Y buttons
-0'h0 12° �� O O O ❑ O O O�O O O/ O ❑ O
�'o 0 0 0 0 0 0 0�o 0 0 0 0 0
� � 4�' �, ,, �,���� o �����,�� ,�.,, � ���� �, . � �,��� �ua��w� r��, ��,���
4 �t0 12" u� r�iiu��� �
f o�u �,i�� .�i�,u��w�, w4Yp�uP��iXie�niN,9_ �\ mui�u ��,wW,aW��unun�i��u�,. � wmww�mYrr�eum�i.
R �Yellow
Type I-C , 1-A or II-A-A Type W or Y buttons
EDGE LINE Rsiseo � d/
S 0 � I D PobE�bT o o� �❑ o 0 0❑ o 0 0 0 0 0
OR SINGLE �RKERS
60" ± 3"
� I N E S NO-PA55I NG L I NE ACF�Fcra+�zEo � � ,� ������� ��� ���, „��, �,.. ��� �� �����
PAYE6�NT u w i uii iiiwulw��ii �i i iii�i iiliiwlhieulwJi,���lilr�uln�i�r�l���um�eli�u�i��i ii �ii iii�ii�,i�,iW'ewi�iP�u�lwhr��litli
b"Ra�ncs q" White or Yel Iow��
Type t-C 60„ � 3„ Type W buttons
WIDE RAISEO �o�o� �❑ o 0 0 0 0�0 0❑ o
PAVEaENT I-2" � O O O O O O O � O O O 0 O
L I N E �ftREPS �
� 8"
cFOR LEFT TURN CruNxELIZING UHE AEFLEC70RI2E0
PAVE�ENT
OR CXItNNEL121NG L1NE USEO TO yp(lKINGS
OIS[OURAGE LANE GN�NGINC. ) Wh I te
BROKEN
LINE
IFOR CENTER LINE
OP �ANE IIXE.I
w.�seo
PAYEMENT
NARItEflS
PEPtEC70R[ZEO
PAYEI�NT
WPKINGS
REMOVAB�E MARKINGS
WITH RAISED
PAVEMENT MARKERS
If roi5ed pavert�ent morkers ore used
to supplement REMOYABLE morkinqs,
the rtarkers sholl be appiied to the
top of the tape at the approximate
mid lenqth of tape used for broken
lines or ot 20 foot sDacing for
solid lines. This ailows an easier
rertaval of raisetl pavertie�t markers
ond tape.
{'— 4� - t —'� 40„ 3„
O O O O ❑ O O O O ❑ O O O O
s
� 10' —►i�-- 30' Type ]-C or I I-A-A 1� �
�
Type W or Y buttons
�-4a,,�. _i
❑ � - �o � ��
�.- 10' —�.---- 30' —� Wh i te or Ye I I ow
Type I-C or II-A-A
(when required)
5' _ 6" ��
i�- � 30' —"� �_
Raisetl Povement Morkers
�,�"��:w�..�; e��., . �� .„ .. . ,�. ,.. . _ _ ,
�.: i
N
20• t 1 •
Centerline oniy - not ta be usetl an etlqe lines
Roised pavertient morkers use0 us stondord
povement morkings shall be fran the approvee
proGucts list ond meet ihe requirements of
[tem 672 "RAISED PnVENENT MARKERS."
STANDARD PIANS
� Texas Usporiment of Transportation
T�affic Ope�allons Dlvislon
BARRICADE AND CONSTRUCTION
PAVEMENT MARKING PATTERNS
STANDARD
12 of 12 BC(12)-07
QC TxDOT February 1998 ��� TxDOT � c�:- Tx00T ( or:� TxDOT cR:- Tx00T
a[r�z�c«s I oisinicr e[iia�i �EMN� ��o r�JEct guEr
1-9T
2-98 � 6
i l'02 � caan I mii�t sccna � xicx��r
9-07 �
109C